The RFP Database
New business relationships start here

Maritime Vision System


Maryland, United States
Government : Military
RFP
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.

The combined synopsis/ solicitation number is W56ZTN-15-T-0002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-79. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order for a FLIR, model M-618CS, Gyro Stabilized is needed to sustain the basic operation of the United States Army Garrison, Aberdeen Proving Ground (USAG APG) Fire Department's Rescue Boat. Specifications see W56ZTN-15-T-0002 Attachment. The Associated North America Industry Classification Code (NAICS) is 334511 and the Business Size Standard is 750. This acquisition is in accordance with FAR Part 13 and only Open Market quotations are being accepted from responsible contractors. This requirement is NOT being procured in accordance with FAR Part 8, General Service Administration (GSA).

Acceptance and inspection shall be at DESTINATION.
Final completion/destination shall be at USAG Aberdeen Proving Ground, 2200 Aberdeen Blvd, Aberdeen Proving Ground, MD 21005.

CLIN 0001: The USAG-APG Fire Department has a requirement for a FLIR M-618CS, Gyro Stabilized to support mission critical needs for the new Rescue Boat. This device will allow the Fire Department's Boat to conduct lifesaving searches at night time. The system is designed to remain stable during periods of bad weather that cause the boat to raise and lower in the waves. The camera itself will pick up body heat in the water allow the crew to see this image on a screen inside the cab. The requirement shall be the Brand Name FLIR M-618CS, Gyro Stabilized in accordance with the attached requirements specified, see the Attachment. The bracket and wiring on the boat is designed for a FLIR M618CS device. Purchasing of the FLIR shall be in accordance with this solicitation, and the attached Specifications.

The following provisions and clauses will be incorporated by reference:
52.203-3 Gratuities
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S .C. 2402)
52.203-13, Contractor Code of Business Ethics and Conduct
52.204-7, System for Award Management
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items:
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements in accordance with attached W56ZTN-15-T-0002. Specifications see attachment. The technical evaluation will be a determination based on information furnished by the vendor.
The Government is not responsible for locating or securing any information which is not identified in the quotation. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable:

a. Award will be made on the basis of the lowest evaluated price quotation technically meeting or exceeding the acceptability standards of the required FLIR M-618CS in accordance with this solicitation, W56ZTN-15-T-0002. Specifications in attachment. The Government reserves the right to make an award without discussions. Government reserves the right to award on all or none basis.
b. Past performance will also be evaluated, the offeror shall propose in providing similar like products which have been manufactured and sold for at least 1 year. Offeror must demonstrate that they have experience, in providing similar like products within the last 2 years.
52.212-3, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquistion.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision at https://www.sam.gov
52.212-4 Contract Terms and Conditions Commercial Items.
52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2013-O0019)
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.222-3, Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans
52.222-17, Nondisplacement of Qualified Workers
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
52.222-54, Employment Eligibility Verification (Jul 2012
52.226-6, Promoting Excess Food Donation to Nonprofit Organizations.
52.222-50, Combating Trafficking in Persons
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.223-11 Ozone Depleting Substances
52.225-2 Buy American Act - Supplies
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
52.239-1, Privacy or Security Safeguards
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.246-2 Inspection of Supplies-Fixed Price
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference:
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7003 Agency Office of the Inspector General
252.204-7004 Alt A System for Award Management Alternate A
252.225-7001 Buy America and Balance of Payment Program
252.225-7008 Restriction on Acquisition of Specialty Metals
252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals
252.225-7012 Preference for Certain Domestic Commodities
252.225-7015 Restriction on Acquisition of Hand or Measuring Tools
252.225-7016 Restriction on Acquisition of Ball and Roller Bearings
252.225-7038 Restriction on Acquisition of Air Circuit Breakers
252.232-7003 Electronic Submission of Payment Requests
252-247-7023 Transportation of Supplies by Sea
252-247-7024 Notification of Transportation of Supplies by Sea
252-211-7003 Item Identification and Valuation

EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.
AMC-LEVEL PROTEST (NOV 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.
HQ Army Materiel Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number: (703) 806-8866 or 8875
Packages sent by FedEx, UPS, or other delivery service should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures.
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp
Quotations must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Ms. Amy Bowen via email amy.m.bowen.civ@mail.mil no later than February 4, 2015 @ 10:00 AM Eastern Time (ET). All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov service desk http://www.FSD.gov. For questions concerning this Request for Quotation contact Ms. Amy Bowen email amy.m.bowen.civ@mail.mil. Please provide any questions no later than February 2, 2015 @ 10:00 AM eastern time (ET). NO TELEPHONE REQUESTS WILL BE HONORED.


Amy Bowen, 443-861-4744

ACC-APG Garrison Contracting Division

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP