The RFP Database
New business relationships start here

Thermal Cameras


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

 

(i) 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; offers are being requested and a written solicitation will not be issued. 


(ii) This solicitation, W91SMC-18-Q-6022 is being issued as a Request for Quotation (RFQ).


(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 06 November 2017 and updated with Class Deviation 2018-00007.


(iv) This procurement is a Women Owned Small Business set-aside. The associated North American Industry Classification System (NAICS) code is 333314 and the small business size standard is 500 Employees.


(v) Commercial Item Descriptions:


Line Item 0001 - Thermal Cameras - LanScout 75SUTV; Thermal Imaging to include: 75mm Focal Length, 7-14um, Uncooled 320x240 Sensor, 51um pitch, Integrated Day Camera Continuous Zoom 18X, NTSC Format, Mounted on a Pan/Tilt head, Sunshield, 1 year warranty; Manufacturer: LanScout, Part No. 23237-602 or equal.


Salient characteristics:


Shall have both nighttime (thermal) and daytime capability.


Shall have a continuous zoom function up to 18X


Shall have at least a 75mm Focal Length (7-14um) and have an uncooled 320x240 sensor with a 51um pitch.


QUANTITY: 3 EA


Line Item 0002 - Shipping and Installation


(vi) GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote.  The award will be made via lowest price technically acceptable with the technical factors being those listed as an "or equal" system within paragraph (v) Line Item 0001.


 (vii) The products are to be delivered no later than 60 days ARO to 182 Airlift Wing, 2416 S. Falcon Blvd, Peoria, IL 61607.  The government prefers FOB Destination, but will accept FOB Origin as long as the estimated price is included for Line Item 0002 within the quote response.


(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, is applicable.


(ix) The provision at 52.212-2, Evaluation -- Commercial Items, Alternate 1 is applicable. Basis for award is lowest price technically acceptable. The Government intends to make a single firm-fixed price award.


(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.


(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which include:


FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards.


FAR 52.219-6, Notice of Total Small Business Set-Aside.


FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations.


FAR 52.219-28, Post Award Small Business Program Representation.


FAR 52.222-3, Convict Labor.


FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies.


FAR 52.222-21, Prohibition of Segregated Facilities.


FAR 52.222-26, Equal Opportunity.


FAR 52.222-36, Equal Opportunity for Workers with Disabilities.


FAR 52.222-50, Combating Trafficking in Persons.


FAR 52.223-15, Energy Efficiency in Energy-Consuming Products.


FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.


FAR 52.225-13, Restrictions on Certain Foreign Purchases.


FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management.


FAR 52.233-3, Protest After Award.


FAR 52.233-4, Applicable Law for Breach of Contract Claim.


The following provisions are incorporated into this solicitation by reference:


FAR 52.204-16, Commercial and Government Entity Code Reporting.


FAR 52.211-6, Brand Name or Equal.


DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials.


DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.


DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations.


DFARS 252.225-7031, Secondary Arab Boycott of Israel.


The following clauses are incorporated into this solicitation by reference:


FAR 52.204-18, Commercial and Government Entity Code Maintenance.


FAR 52.232-39, Unenforceability of Unauthorized Obligations.


FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.


FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments.


DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.


DFARS 252.203-7002, Requirement to Inform Employees of Whistleblowers Rights.


DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information.


DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.


DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors.


DFARS 252.211-7008, Use of Government-Assigned Serial Numbers.


DFARS 252.223-7008, Prohibition of Hexavalent Chromium.


DFARS 252.225-7001, Buy American and Balance of Payments Program.


DFARS 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program.


DFARS 252.225-7048, Export Controlled Items.


DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.


DFARS 252.232-7010, Levies on Contract Payments.


DFARS 252.244-7000, Subcontracts for Commercial Items.


DFARS 252.247-7023, Transportation of Supplies by Sea.


The following provisions are incorporated by full text.


DFARS 252.204-7011, Alternative Line Item Structure.


DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate.


DFARS 252.225-7035, Buy American - Free Trade Agreements - Balance of Payments Program Certificate.


(Offerors shall include completed copies of the certifications within the following provisions with their offer.)


The following clauses are incorporated by full text. The full text is found in Attachment #1, Full-Text Provisions and Clauses.


FAR 52.222-36, Equal Opportunity for Workers with Disabilities.


FAR 52.252-2, Clauses Incorporated by Reference.


FAR 52.252-6, Authorized Deviations in Clauses.


DFARS 252.211-7003, Item Unique Identification and Valuation.


DFARS 252.232-7006, Wide Area Workflow Payment Instructions.


(xiii) The product will at a minimum have a 1 year standard warranty, except for any lithium batteries that will have a 4 year standard warranty.


(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.


(xv) There is no site visit for this requirement.


(xvi) All questions and quotes must be directed to 182 Contracting Officer via email at Melissa.j.grice.mil@mail.mil. Questions must be submitted not later than seven (7) days prior to solicitation close.  Questions received after that date will be answered at the discretion of the Contracting Officer. Please make quotes good until 30 September 2018. Emailed quotes are preferred. NO FACSIMILE QUOTES ARE ACCEPTED.


PLEASE NOTE:


Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.


 

Interested offerors must be registered in the System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM. ; You will need your DUNS number to register.  Instructions for registering are on the web page.  The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website online at https://www.fbo.gov/. ; FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. INTERESTED BIDDERS/OFFERORS MUST REGISTER WITH FEDBIZOPPS BEFORE ACCESSING THE SYSTEM AND ARE ENCOURAGED TO START THE REGISTRATION PROCESS NOW.  Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf.  Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY. Reference the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is a competitive bid and there will be a formal public bid opening.

 

DISCLAIMER: The official plans and specification will be located on the official government web page at the time the solicitation is posted and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be sent via email to SMSgt Melissa Grice at Melissa.j.grice.mil@mail.mil   All answers will provided in writing via posting to the web.

 


Melissa Grice, Phone 3096335204, Email melissa.j.grice.mil@mail.mil - Benjamin B. Yeutson, Phone 3096335707, Email benjamin.b.yeutson.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP