This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in
accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
This announcement constitutes the only solicitation. Competitive quotes are
being
requested under N66001-15-T-6525. This requirement is set-aside for small
business, NAICS code is 333316 and business size standard is 1000 employees.
Quote Brand NameDo Not Substitute
To be considered for award, the offeror certifies that the product being
offered is an
original, new and Trade Agreements Act (TAA) compliant product, and that the
subject products are eligible for all manufacturer warranties and other
ancillary
services or options provided by the manufacturer. Offeror further certifies
that it is
authorized by the manufacturer to sell the products that are the subject of
this
action in the U.S. (i.e., that the products are TAA compliant and that the
offeror is
authorized to sell them in the U.S.). Offerors are required to submit
documentation
with the offer identifying its supply chain for the product, and certifying
that all
products are new, TAA compliant, and in their original packaging. By making an
offer, offeror also consents to no cost cancellation of the non-compliant
awarded
items if, upon inspection after delivery, any products provided are not
recognized or
acknowledged by the manufacturer as new and original products that are eligible
for
warranties and all other ancillary services or options provided by the
manufacturer
or that offeror was not authorized by the manufacturer to sell the product in
the
U.S., or that the product is in some manner not TAA compliant."
ITEM DESCRIPTION QTY UNIT
0001 Thermal Imagers Model Z-500 7 each
General Dynamics, Inc. is the OEM of the commercially available Z-500 Thermal
Camera System. Characteristics and specifications: Detector Type InSb,
Spectral
Band 35 microns, Detector Format 320 x 240 (320 x 256 physical format), Pixel
Pitch
30 microns, Video Output Format NTSC, Power Input 1116 VDC, 30 Watts max,
Focal Length, Continuous Zoom (CZ) 100-500mm, Operation Temp -32C to +60C,
max Physical Size (L x D) 24" x 8", max Weight 20lbs, Mounting interface:
1/4-20
Tapped, and User Interface RS-232, RS-422. This thermal imager complies with
the
form, fit, and functional requirements.
0002 UID Labels 1 each
All tangible items with a unit cost of $5,000.00 and over in reference to
DFARS
252.211-7003, Item Identification & Valuation must have a UID label. If
charging for
labels they must be listed on the quote as a separate line item.
UID CLAUSE DFARS 252.211-7003 APPLIES TO THIS ITEM see attached
0003 Shipping to San Diego 92110 (if applicable) 1 each
Basis for award: The government anticipates awarding a firm-fixed price
purchase
order and it will be based on the lowest technically acceptable quote.
This solicitation document incorporates provisions and clauses in effect
through
Federal Acquisition Circular 2005-80 (02/09/2015) and Defense Federal
Acquisition
Regulation Supplement (DFARS), January 29, 2015. It is the responsibility of
the
contractor to be familiar with the applicable clauses and provisions. The
clauses can
be accessed in full text at www.farsite.hill.af.mil.
FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4,
Contract
Terms and Conditions Commercial Items, incorporated by reference, applies to
this
acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications --
Commercial Items and DFAR S 252.212-7000 Offeror Representations and
Certifications--Commercial Items applies to this acquisition in e-Commerce.
DFARS
252.204-7000-Disclosure of Information; 252,204-7012-Safeguarding of
Unclassified
Controlled Technical Information;
252.203-7998-Prohibition on Contracting with Entities that Require Certain
Internal
Confidentiality AgreementsRepresentation; 252.203-7999- Prohibition on
Contracting with Entities that Require Certain Internal Confidentiality
Agreements
Representation; 252.211-7003-Item Identification & Valuation
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or Executive Orders, 52.211-6, Brand Name or Equal (Aug 1999),
52.222-3,
Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities
and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb
1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on
Certain Foreign Purchases (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 TransferCentral Contractor Registration (31 U.S.C.
3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes
or Executive OrdersCommercial Items (Deviation) also applies to this
acquisition,
FAR Clause 52.204-99 Orders and Solicitations, FAR 52.222-36, Affirmative
Action for
Workers with Disabilities, 252.209-7998, Representation Regarding Conviction of
a
Felony Criminal Violation under any Federal or State Law. Electronic and
Information
Technology (EIT) accessibility Standards developed by the U.S. Access Board (36
CFR
Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards
and
their reference numbers are as follows: 1194.21 Software applications and
operating systems.
1194.22 Web-based intranet and internet information and applications.
1194.23 Telecommunications products. 1194.24 Video and multimedia products.
1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers.
IMPORTANT NOTES BELOW:
This RFQ closes on March 9, 2015 at 12:00 PM, Pacific Daylight Time (PDT).
Quotes must be uploaded on the SPAWAR e-commerce website at
https://e-commerce.sscno.nmci.navy.mil
under SSC Pacific/Simplified Acquisitions/N66001-15-T-6525
Quotes emailed directly to my email address will NOT be considered.
The point of contact for this solicitation is Dorothy Powell at
dorothy.powell@navy.mil. Please include RFQ N66001-15-T-6521 on all inquiries.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) program prior to award of contract. Information to register
in
SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM
registration means a registered DUNS and CAGE Code numbers.
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; BELINDA SANTOS, Contracting Officer, 619-553-4502
Contract Specialist