To place a bid or register go to Unison Marketplace

View Details for Buy # 1091240

View Other Versions: 1091240_01 

General Buy Information

Buy #: 1091240  
Solicitation #: avnmx
Buy Description: Borescope Kit
Category: 16 -- Aircraft Components and Accessories
Sub Category: 1615 -- HELICOPTER ROTOR BLADES, DRIVE MECHANISMS AND COMPONENTS
NAICS: 481219 -- Other Nonscheduled Air Transportation
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 01/26/2022
End Time: 17:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)

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 MVIQCSYS3-CO MViQ Analyze Carry On Case Mentor Visual iQ System consisting of: MVIQ Handset with Dual Control User Interface 16.5cm (6.5") Active matrix IPS XGA Color LCD Daylight Readable Display Optically Bonded, Multipoint Capacitive Dragontrial Touchscreen 2-Hour Interchangeable Lithium Ion Battery and Charging Set 32 GB internal User Memory Dual Band Wi-Fi and Bluetooth 4.0 Connectivity (2) USB 3.0 Host 'A' Ports, (1) USB 3.0 Client Micro 'B' (Slave) Port DisplayPort Video Output Connector Crystal Clear Live Video and Still Images Probability of Detection Software consisting of Adaptive Noise Reduction (ANR), High Dynamic Range (HDR), Distortion correction for wide-angle tip adapters and Image Presets for efficiency in repeat inspections (Part Number MVIQ-POD) (ANR) and High Dynamic Range (HDR) 3D Phase Measurement Software (Part Number MVIQ-3DPM), 3D Stereo Measurement Software (Part Number MVIQ-3DST) All 3D Software includes Fully Surfaced Point Cloud Visualization Measurement Types: Area Depth Profile (Part Number: MVIQ-ADP)and Projected Plane Measurement (Part Number: MVIQ-PPM). Menu Directed Inspection Work Flow Software Suite (MDI 2.0), Inspection Translated User manuals and Quick Start Guides on ThumbDrive Carry-On Shipping/Storage Case with Integrated insertion tube storage reel QuickChange VideoProbes and Interchangeable Standard and measurement Tip Optics Sold separately Includes Inspection Manager 2.0 software for viewing and re-measurement of 3D Phase Measurement, 3D Stereo Measurement, StereoProbe Measurement, and Comparison Measurement images. iView Remote SW option Allows streaming video and full UI control of MViQ on an iPad or iPhone Requires IOS8 SW version or higher. 2 EA
002 IW-CONNECT-RVI-1AN InspectionWorks Connect 12Mo free trial 12 month free trial of InspectionWorks Connect Global collaboration software: extend the reach of your inspection expert by securely streaming high-quality video directly to the web-based application. You are receiving this with the purchase of your Analyze model Mentor Visual iQ. This is included at no charge and can be renewed at end of trial using part number IW-CONNECT-RVI. IW Connect Global software has a list price of $2000 US dollars per year 2 EA
003 MVIQAP4030 MENTOR VISUAL iQ PROBE 4MM X 3M "Mentor Visual iQ QuickChange Interchangeable VIdeoProbe with High Intensity LED light Engine and Advanced Image processing for Improved Image Brightness 4.0mm diameter x 3.0 meter length Includes: Probe Soft Storage Case, Tip Storage Case and Headguard Optical Characteristics: 80 Degree Field of View (FOV), 35mm - inf. (1.38""-inf.) Depth of Field (FOV) Minimum Articulation: 160 Degrees All-Way Maximum Operating Temperature: 100°C (212°F)" 2 EA
004 MVIQAT4SET ST 4.0MM MEASUREMENT TIP SET "Set of two 4.0mm stereo measurement optical tips: TM405555FG - 4.0mm stereo measurement forward viewing Color: Black FOV: 55/55 Degrees DOF: 5mm to inf. (0.2"" to inf.) DOV: 0 Degrees Includes Verification Block (VER2400C) Rquires calibration Requires stereo measurement software, sold separately TM405555SG - 4.0mm stereo measurement side viewing Color: Blue FOV: 55/55 Degrees DOF: 4mm to inf. (0.16"" to inf.) DOV: 90 Degrees Includes Verification Block (VER2400C) Require calibration Requires stereo measurement software, sold separately" 2 EA
005 T40115FN 4.0MM FORWARD VIEW BLACK TIP "4.0mm forward viewing interchangeable optical tip Color: Black FOV: 115 Degrees DOF: 4mm to Inf. (0.16"" to Inf.) DOV: 0 Degrees" 2 EA
006 T40115SN 4.0MM SIDE VIEW RED TIP "4.0mm side viewing interchangeable optical tip Color: Red FOV: 115 Degrees DOF: 1mm to 30mm (0.04"" - 1.18"") DOV: 90 Degrees" 2 EA
007 T40120SF 4.0MM SIDE VIEW BLUE TIP "4.0mm side viewing interchangeable optical tip Color: Blue FOV: 120 Degrees DOF: 6mm to inf. (0.24"" to inf.) DOV: 90 Degrees" 2 EA
008 MVIQAMAGICARM MENTOR VISUAL iQ MAGIC ARM KIT Full Size Hands Free Mount Kit with Moveable Arm For Mentor Visual iQ VideoProbes that supports the Equipment During Inspection Operations 2 EA
009 MVIQALANYARD MVIQ LANYARD, SHOULDER STRAP Shoulder strap with attached handset holder (MVIQAHOLDER) for a Mentor Visual iQ system. 2 EA
010 GTR-415S RIGID 4.0MM GUIDE TUBE, 16.75" WITH GRIP Rigid Guide tube for use with a 4.0mm Mentor Visual iQ VideoProbe Includes XA131 gripper handle Rigidizers turn a flexible VideoProbe into a rigid. When used with tube grippers and access port couplers a ridgidizer allows for hands free probe positioning. Working section outer diameter 4.67mm (.184") 2 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 Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
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
Unfunded Requirement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
Clauses The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
Service Terms: "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price."
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
AMC-Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/ . If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.
Buy American Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Provision - 52.204-26 Representation and Representation Disclosures
Clause - 52.204-25 Reporting During Contract Performance

Shipping Information

City State   Zip Code
El Paso TX   79916

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
002 MANDATORY_-_52_204-26.docx   13 KB