BSERV Mast Camera

expired opportunity(Expired)
From: Federal Government(Federal)
FA41322BSERVCAE

Basic Details

started - 26 Sep, 2022 (19 months ago)

Start Date

26 Sep, 2022 (19 months ago)
due - 26 Sep, 2022 (19 months ago)

Due Date

26 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
FA41322BSERVCAE

Identifier

FA41322BSERVCAE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (711428)DEPT OF THE AIR FORCE (60635)AFGSC (4076)FA4613 90 CONS PK (525)
[object Object]

SetAside

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

Attachments (2)

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.

Combined Synopsis/SolicitationSolicitation Number: FA461322QBSERVCAEPurchase Description: BSERV Mast Camera“Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made underthis solicitation until funds are available. The Government reserves the right to cancel this solicitation, either beforeor after the closing date. In the event the Government cancels this solicitation, the Government has no obligation toreimburse an offeror for any costs.”This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with theformat in FAR 12.6, as supplemented with additional information included in this notice. Thisannouncement constitutes the only solicitation/notice; responses/quotes are being requested, furtherwritten solicitation will not be issued. This solicitation will be posted to Sam.Gov (FBO) web-site as a100% Small Business Set Aside.The 90th Contracting Squadron is issuing this combined synopsis/solicitation,
FA461322QBSERVCAE,as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, SimplifiedAcquisition Procedures. The North American Industrial Classification System (NAICS) code for thisprocurement is 334220, with a small business standard of 1250 Employees.The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document andincorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC)2022-07 effective 10-Aug-22, Defense Federal Acquisition Regulation Change Number 20220623effective 23-Jun-22 and Air Force Federal Acquisition Regulation Supplement AFAC 2022-0701effective 7/1/2022DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.**Quotes must be valid for through 31 Dec 2022 **CLIN 0001: BSERV MAST Camera with features:- Vehicle mounting options- ±75’ length of cabling (enough to reach control station inside vehicle from 20’ mast)- IP67 dust/water resistance- Operating temperature range of -30 to +120 degrees F minimum- Must operate in 75mph wind- 360 degree continuous azimuth rotation capable- Elevation +/- 45 degrees minimum- Digital recording capability to stand alone laptop or supplied system- Output capability to 12” computer monitor or supplied monitor similar size.- Camera unit must fit within 18” x 18” footprint when stowed for movement- Handheld controllerVisible video camera capabilities:- 1920x1080 resolution minimum- 60 frames/sec minimum- 30x optical continuous zoom minimum- Automatic and manual iris/gain control- Automatic and manual focus- Electronic image stabilizationNight vision/thermal camera capabilities:- 640x480 resolution with 12x zoom (optical or digital or combination) minimum- Electronic image stabilization**Must provide training and operational manual.**Quantity: 1 Unit of Issue: Each (price is to include shipping cost)Quoted Unit Price: $__________________ Quoted Total Price: $___________________Quoted Total Price: $ ________________CLIN 0002: InstallationQuantity: 1 Unit of Issue: Each (price is to include shipping cost)Quoted Unit Price: $__________________ Quoted Total Price: $___________________Overall Total Price: $ ________________DELIVERY DATE(S): 90 Days after award of Contract.PLACE OF DELIVERY: F.E. Warren AFB, Wyoming.Quotes MUST be received no later than 20 September 2022; 10:00 AM MDT by e-mail toluis.reyna@spaceforce.mil and troy.johnson.19@us.af.mil.Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM)at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible foraward.APPLICABLE FAR CLAUSES:All applicable Provision/Clauses can be found in the attached document. The following areinstructions and evaluation factors pulled from the Provision/Clauses document specific to thiscombined synopsis solicitation for easier viewing for the vendor.FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS(m)(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1shall be solved by giving precedence to the Addendum to FAR 52.212-1.(2) After receipt of quotes the Government may, with or without notice, negotiate with and, ifdesired, seek quote revisions from as many or as few quoters as it, in its discretion, deemsappropriate.(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean“quoter” and “quote,” respectively. Further, the term “award” shall be understood todescribe the Government’s issuance of an order.(4) The Government will consider all quotes that are timely received and may consider latequotes. Failure of a quote to address any items required in the submission package maymake a quote unacceptable.(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quotersshall provide the following, as part of the quote submission package, no later than the requiredtime and date for quote submission:(1) Completed prices with all areas completed with any additional services necessary, asappropriate.(2) Total Firm Fixed price(3) Any Discount Terms(4) Technical Submission Requirements: Quoter to provide documentation or descriptiveliterature on commodities’ characteristics.FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014)(a) The Government will award a contract resulting from this solicitation to the responsibleofferor 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: meets the Government requirement/specificationsas identified within each CLIN.(ii) price: Award will be made to the lowest price technically acceptable. No additionalinformation from the offeror will be required if the price is based on adequate pricecompetition. In the event adequate price competition does not exist, the contracting officerwill obtain information from the offeror to the extent required to determine thereasonableness of the offered prices.(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to thesuccessful offeror within the time for acceptance specified in the offer, shall result in a bindingcontract without further action by either party. Before the offer’s specified expiration time, theGovernment may accept an offer (or part of an offer), whether or not there are negotiations afterits receipt, unless a written notice of withdrawal is received before award.(End of Provision)AFFARS 5352.201-9101 AFGSC Ombudsman 2019-10(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns fromofferors, potential offerors, and others for this acquisition. When requested, the ombudsman willmaintain strict confidentiality as to the source of the concern. The existence of the ombudsmandoes not affect the authority of the program manager, contracting officer, or source selectionofficial. Further, the ombudsman does not participate in the evaluation of proposals, the sourceselection process, or the adjudication of protests or formal contract disputes. The ombudsmanmay refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns,issues, disagreements, and/or recommendations to the contracting officer for resolution.Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g.,agency level bid protests, GAO bid protests, requests for debriefings, employee-employeractions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact theombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact theDirector of Contracts, Air Force Installation Contracting Center, Operating Location – GlobalStrike (AFICC/KG OL-GSC) via the following e-mail workflow address:ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations thatcannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought bythe interested party for further consideration to the Air Force ombudsman, Associate DeputyAssistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, WashingtonDC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, orclarify technical requirements. Such inquiries shall be directed to the contracting officer.(End of clause)Attachment 1 – Provisions and Clauses

FE Warren AFB ,
 WY  82005  USALocation

Place Of Performance : N/A

Country : United StatesState : WyomingCity : Cheyenne

Classification

naicsCode 334220Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
pscCode 5825Radio Navigation Equipment, Except Airborne