The RFP Database
New business relationships start here

FRONT SURFACE MIRRORS (INFRARED)


Idaho, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Solicitation number 12024B19Q0009 is being issued as a Request for Quote (RFQ) by the Forest Service Incident Support Branch AQM located at 3833 S Development Ave Boise ID, 83705. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 September 10, 2019. This acquisition is a Total Small Business set aside under the NAICS code 333314 with a small business size standard of 500 employees. All offerors must ensure that they complete the required submission of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (OCT 2018) indicating size status in accordance with the applicable set aside of this acquisition.


The resultant award will be a Firm Fixed Price Purchase Order for the required supplies with a delivery date of 05/29/2020. Award will be made to the contractor whose quote provides the best value to the Government in accordance with the FAR 12.602 Streamlined Evaluation of Offers. Evaluation of offers will be in accordance with the factors and procedures listed in this solicitation only.


Quotes will be priced only on the identified Line Items structure. Any quote that does not provide pricing according to the outlined structure will be considered non-responsive.


Submission Requirements
1.    All submissions must comply with the terms and conditions of FAR 52.212-1 Instructions to Offerors - Commercial Items (OCT 2018).
2.    Proposal addressing the following:
a.    Please identify any potential surface treatments as an option to reduce the frosting/condensation problem.
b.    State the hardness, abrasion resistance, or Mil Spec of the final coating.
c.    Provide a graph or table of the reflectivity for the following frequencies; .865um, 2.2um, 3-5um, and 8-12um.
d.    Provide a detail of the make-up of the offerors mirror surface and construction layer details.
e.    Provide mirror handling and cleaning instructions, including acceptable cleaning agents, solvents and their use of. (Consideration in regards to the tar like sticky substance occasionally found on the mirrors, dust, and smoke.)
f.    Describe in detail any proposed deviations to the strategy for reducing the base material weight, and or overall weight of each mirror.
g.    Note: The Forest Service solid models leave .125 inch for mirror surface facing thickness. If an offeror believes .125 inch does not leave enough material please state the thickness required to maintain surface specifications throughout the operating temperature range.


Schedule of Items
SEE ATTACHMENT 12024B19Q0009 COMBINED FOR SCHEDULE OF ITEMS


Description of Requirement
The requirement in its entirety is identified in the attached specifications and drawings. The specifications and drawings will be incorporated into the resultant award and therefore the terms of which are wholly binding. Please see attachments for specifications and drawings.


Delivery
All deliveries shalll be to:
Organization:         USDA Forest Service
ATTN:             Charles Kazimir
Address:         3833 S Development Ave.
Boise, Idaho 83705
Phone Number:     208-387-5647


Provisions and Clauses
FAR 52.212-1, Instructions to Offers (JAN 2017) - Commercial applies to this acquisition and there are no addenda to the provision.


FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) is applicable to this acquisition as follows:
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement;
(ii) price;
Technical capability is approximately equal to price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
All offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017) with its offer.


FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2018) applies to this acquisition and there are no addenda to the provision.


FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders - Commercial Items (AUG 2019) applies to this acquisition and the following additional FAR clauses are applicable to this acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct    2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors    Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101    note).
52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C.
632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.    13126).
2.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec    2010) (E.O. 13496).
52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O.    13627).
52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to    the acquisition of commercially available off-the-shelf items or certain other types of    commercial items as prescribed in 22.1803.)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations,    and statutes administered by the Office of Foreign Assets Control of the Department of the    Treasury).
52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018)    (31 U.S.C. 3332).


FAR 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within eighteen (18) months of award of contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.


The Following Agriculture Acquisition Regulation (AGAR) clauses and provisions are applicable to this acquisition:


452.204-70 Inquiries. (FEB 1988)
Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.


452.219-70 Size Standard and NAICS Code Information. (SEP 2001)
The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below:
Contract line item(s): All
-- NAICS Code 333314
-- Size Standard 500 employees


452.246-70 Inspection and Acceptance (FEB 1988)
(a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract.
(b) Inspection and acceptance will be performed at: 3833 S Development Ave Boise ID, 83705 by Charles Kazimir.


All offers must be received no later than 11:59 pm MT on September 26, 2019. All offers must be submitted via Email to TEARNBERGER@fs.fed.us. Only offers received in the Contracting Officers Email Inbox by the indicated date and time above will be considered for award.


For any questions regarding this synopsis/solicitation please contact Tanya E. Arnberger, Contracting Officer, Forest Service, Incident Support Branch at TANYA.ARNBERGER@usda.gov.


Initial questions must be received by 11:59 pm MT on September 19, 2019. Answers to initial questions will be posted no later than 11:59 pm MT on September 20, 2019.




Tanya E. Arnberger, Contracting Officer, Phone (208) 387-5279, Fax (208) 387-5384, Email tanya.arnberger@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP