Night Vision Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
192119VBU00000003

Basic Details

started - 15 Feb, 2019 (about 5 years ago)

Start Date

15 Feb, 2019 (about 5 years ago)
due - 22 Feb, 2019 (about 5 years ago)

Due Date

22 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
192119VBU00000003

Identifier

192119VBU00000003
Department of Homeland Security

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34413)US IMMIGRATION AND CUSTOMS ENFORCEMENT (1026)MISSION SUPPORT WASHINGTON (138)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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; quotations are being requested and a separate written solicitation will not be issued.Solicitation number 192119VBU00000003 applies and is issued as a Request for Quotation.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 December 2018.This solicitation is an open market commercial item procurement set-aside for small businesses. The North American Industry Classification System (NAICS) code is 333314 (size standard 500 Employees). The Department of Homeland Security, Office of Acquisition Management, IOSD-Dallas intends to award a Firm Fixed Price Contract. Offers must be submitted in writing (oral offers will not be accepted).No hard copies of the
solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/.All responsible sources may submit a quotation which shall be considered by the agency. All proposals will be evaluated based on the documentation provided. Offerors should provide their best, complete proposal upon initial submission. Offerors must be registered and have current and valid SAM and ORCA records before an award can be made to them. The contractor who is chosen for the award shall keep their SAM and ORCA records current and not allow them to expire throughout the period of performance.PROPOSAL DUE DATE: No Later Than (NLT): 22 February 2019 at 11:00AM Eastern Time. Price quotes must be emailed to Ahisha L. Alexander at ahisha.l.alexander@ice.dhs.gov.All questions in response to this Solicitation must be submitted to the email address listed above no later than Wednesday 19 February 2019 at 11:00AM Eastern Time. No telephonic requests or quotes shall be accepted.Responses shall include the company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID, and RFQ Number. The Quote shall be submitted using MS Word, MS Excel 2000 or higher or searchable PDF format.The purpose of this combined synopsis/solicitation is to provide DHS-ICE Homeland Security Investigations SAC Buffalo with Night Vision Devices and accessories as provided in the table below.The contract CLIN schedule is below:CLIN Mfr. part No/NSN/Item Mfr. Product/Service Name QTY UNIT0001 PVS-31A L-3 BNVD NIGHT VISION BINOCULARS - WHITE PHOSPHOR AN/PVS-31A (Binocular Night Vision Device Kit, 2376 MIN FOM, WP, AG, UNF, G24 Mount) brand name or equal 2 EA0002 AN/PEQ-15 ATP Advanced Target Pointer/Illuminator/Aiming Laser (ATP-000-A18V Tan) brand name or equal 3 EA0003 AN/PVS-14 L-3 M914ATM(AN/PVS-14)GEN III NIGHT VISION (MNVO ASSY, M914A, UNLIMITED FOM, AG, WP brand name or equal 1 EA0004 28300G24-T Wilcox L4 G24 Helmet Mount w/ Low Profile Breakaway Base brand name or equal 1 EAMinimal Essential Characteristics (MECs)/Salient CharacteristicsITEM 0001: BINOCULAR NIGHT VISION DEVICE (BNVD)REQUIREMENTS:· Weight under one pound· Powered by a AA-battery· Flexible bridge assembly· White Phosphor tubes· Filmless tubes· Autogated tubes· 2376 Figure of Merit minimum· Manual gain control· External Battery jack/connection· Plastic proscription lens· Fixed Diopters· Built to military specificationsITEM 0002: ADVANCED TARGET POINTER/ILLUMINATOR/AIMING LASERREQUIREMENTS· Visible and infrared aiming lasers on the same optical bench· Positive click adjusters for the aiming and illuminator· Pattern generators for the aiming lasers· Remote switch capable· Manual fire control button on the top of the device· Built to military specifications· 6 hours of run time on dual time power mode· Weight is less than 8.0 ounces.ITEM 0003: M914ATM(AN/PVS-14) GEN III NIGHT VISIONREQUIREMENTS· White Phosphor tube· Filmless tube· Autogated tube· 2376 figure of merit minimum· Adjustable Diopter· Built to military specifications· Kit to include a full military accessory kit.ITEM 0004: M914ATM(AN/PVS-14) GEN III NIGHT VISIONREQUIREMENTS· Dimensions (Operational) 3.98" L x 2.60" W x 2.40" H· Weight (G24 Mount Only) .36 lb (5.76 oz)· Material Construction: Light Weight, Aerospace Grade Metal· Accommodates NVG AN/PVS-7B and 14 (Both Require Optional Hardware), 7A, 7C, 15, 18, and 31A· Vertical Height Adjustment: .900" Total Travel· Fore/Aft Travel: 1.10" Total TravelThe Government intends to award a contract resulting from this quotation 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:EVALUATION CRITERIA1.0 "LOWEST PRICE, TECHNICALLY ACCEPTABLE" EVALUATION FACTORS FOR AWARD1.0.1 Basis for AwardAward of this order shall be made on a competitive best value basis using the "lowest price, technically acceptable" basis. Evaluation shall be made to identify all Offerors whose quotes are technically acceptable in accordance with the Solicitation and the evaluation criteria set forth below. Technical acceptability shall be determined by evaluating each Offeror's quote with the salient characteristics in the Solicitation. All technical evaluation criteria must be rated Acceptable to be considered for award. Award shall be made to the Offeror from the pool of technically acceptable quotes, whose price is lowest.1.0.2 Evaluation CriteriaEach Offeror's quote will be evaluated using the following criteria:1.0.2.1 Technical Capabilities/Specifications/Salient CharacteristicsThe degree to which the Offeror's technical quote demonstrates to the government evaluators that the offeror can provide the requested Night Vision Devices and accessories as listed in the table above with associated MECs/salient characteristics in the Solicitation.Acceptable: A quote is acceptable if it demonstrates to the government evaluators that the offeror can provide the requested Night Vision Devices and accessories with associated MECs/salient characteristics.Unacceptable: A quote shall be deemed unacceptable if the offeror fails to demonstrate the ability to provide the requested Night Vision Devices and accessories with associated MECs/salient characteristics. A lack of minimum content or failure to address all evaluated areas could render a quote unacceptable.1.0.2.2 Cost/Price Evaluation (all CLINs shall be priced)The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint.I. Completeness. The offeror has submitted CLIN total price, and total contract price, completed all required representations and certifications, and acknowledgement of any amendments.II. Reasonableness. The Government's determination that the proposed price is fair and reasonable based on price analysis. The degree to which the offeror's proposed price represents a fair and reasonable price will be evaluated using the techniques in FAR 15.305(1), which provides that comparison of the proposed prices will usually satisfy the requirement for price analysis.The Government intends to evaluate offers and award a contract without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award of a contract as a result of this solicitation.(b) 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.(End of provision)The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/vmfara.htmFAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:a) company's complete mailing and remittance addresses,b) discounts for prompt payment if applicablec) Cage code,d) Dun & Bradstreet number,e) Taxpayer ID number.f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current phone numbers.FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" (Aug 2018)FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (Oct 2018)FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).X (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).X (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).X (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).X (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).X (43) 52.223.20, Aerosols (Jun 2016) (E.O. 13693).X (44) 52.223.21, Foams (Jun 2016) (E.O. 13696).X (46) 52.225-1, Buy American Act--Supplies (May 2014) (41 U.S.C. chapter 83).X (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).X 52.225-18, Place of Manufacture (Aug 2018)X (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018) (31 U.S.C. 3332).QUOTATIONS ARE DUE on February 22, 2019 @ 11:00am EST. Proposal may be emailed to Ahisha.L.Alexander@ice.dhs.gov   

DHS-ICE Buffalo, New York 14202 United StatesLocation

Place Of Performance : DHS-ICE

Country : United States

You may also like

20/0274 - Night Vision Goggles

Due: 30 Nov, 2024 (in 7 months)Agency: Harris County

BINOCULAR NIGHT VISION DEVICES

Due: 10 May, 2024 (in 11 days)Agency: ATF ACQUISITION AND PROPERTY MGMT DIV

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

333 -- Machinery Manufacturing/333314 -- Optical Instrument and Lens Manufacturing
naicsCode 333314
pscCode 99MISCELLANEOUS