To place a bid or register go to Unison Marketplace

View Details for Buy # 1073120_05

View Other Versions: 1073120  1073120_01  1073120_02  1073120_03  1073120_04 

General Buy Information

Buy #: 1073120_05  
Solicitation #: N6833521R0180
Buy Description: Thermal Imaging Camera
Category: 67 -- Photographic Equipment
Sub Category: 6710 -- Cameras, Motion Picture
NAICS: 333316 -- Photographic and Photocopying Equipment Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: NAWC-AD Lakehurst
End Date: 03/18/2022
End Time: 13:30 ET
Seller Question Deadline: 3/15/2022 - 11:00 ET
Delivery: 180 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)
Repost Reason: Exact match by Line Item required.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. This action is for the procurement of fifty one (51) Thermal Imaging Camera P/N: 3867AS142-1 for the F/18 Program in accordance with Attachment 003-Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. 51 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the Government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Basis for Award - Evaluation Criteria **See Attachment 001-Evaluation Plan**
Offer Period Bid MUST be good for 120 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Registration information can be found at www.sam.gov.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items.
Contracting Terms & Conditions This resultant contract will utilize FAR Part 15 procedures. Please visit https://www.acquisition.gov/far/15.101-2 to familiarize yourself with the terms and conditions.
Delivery Requirements The support equipment SHALL be delivered within 180 days after contract award. Early delivery will be accepted at no additional cost to the Government.
Export Controlled Data This solicitation contains technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. Upon request, the technical data package will be provided through DOD SAFE at https://safe.apps.mil/ to the vendor’s designated data custodian indicated on the certified DD2345. For more information on Form DD2345, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http://www.dlis.dla.mil/jcp.” IN ORDER TO REQUEST THE DRAWING PACKAGE, PLEASE SEND YOUR VALID DD2345 TO melanie.k.vella.civ@us.navy.mil
DFARS 252.225-7048 Export-Controlled Items As prescribed in 225.7901-4 , the following clause applies: EXPORT CONTROLLED ITEMS (JUNE 2013) (a) Definition. “Export-controlled items,” as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) “Defense items,” defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) “Items,” defined in the EAR as “commodities”, “software”, and “technology,” terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to— (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause)
FAR Provision 52.204-24 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) applies to this solicitation and prior to award of the resulting contract action. Please fill out Attachment 002- FAR 52.204-24 Fill-In sheet and submit as part of your response to this solicitation.
DFARS 252.204-7018 Compliance 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS Provision 252.204-7019 DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this solicitation.
DFARS 252.204-7020 Compliance DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS Clause 252.211-7003, Item Identification and Valuation DFARS Clause 252.211-7003, Item Identification and Valuation applies to end items that have a unit acquisition cost of $5,000 or more.
Small Business Requirement & Eligibility This procurement will be issued as a 100% Small Business Set Aside under NAICS code 333316 - Photographic and Photocopying Equipment Manufacturing with a size standard of 500 employees.

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: DFARS Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) shall apply. In accordance with the requirement identified in DFARS 252.204-7019 paragraph (b), all interested vendors shall have a current assessment for each covered contractor information system that is relevant to the contract, task order or delivery order. DFARS 252.204-2019 paragraph (c) identifies the procedure by which interested vendors shall make the assessment score available to the Government (i.e., posting in the Supplier Performance Risk System (SPRS)).
The attachment(s) must include the following non-pricing information: The Government is required to obtain written certification to ensure compliance with the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Please update SAM to reflect the most recent (October 2020) provision and provide a completed signed and dated copy of the attached fill-in provision with the submitted bid. Sections (d)(1) and (d)(2) must be checked appropriately under representations.
The attachment(s) must include the following non-pricing information: The Peculiar Support Equipment (PSE) shall be manufactured in accordance with Government-owned technical data drawings which contain technical data whose export is restricted by the Arms Export Control Act. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to Melanie Vella, Contract Specialist, via the email specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service – Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.

Buy Attachment(s)

No. Document Name   Document Size
001 3867AS142-1_SOW.docx   28 KB
002 FAR_52_204-24_Fill-in.pdf   32 KB
003 Evaluation_Plan_-_Thermal_Imaging_Camera.doc   34 KB