To place a bid or register go to Unison Marketplace

View Details for Buy # 986518

General Buy Information

Buy #: 986518  
Solicitation #: 0040445362
Buy Description: UAV LiDAR System
Category: 67 -- Photographic Equipment
Sub Category: 6710 -- Cameras, Motion Picture
NAICS: 333314 -- Optical Instrument and Lens Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: US Geological Survey
End Date: 08/01/2019
End Time: 17:00 ET
Seller Question Deadline: 7/31/2019 - 11:00 ET
Delivery: 120 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers 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 UAV LiDAR Sensor System; shall meet or exceed the attached Brand Name Salient Characteristics of the YellowScan Vx-20 Integrated System equipped in accordance with the attached Brand Name Specifications. 1 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Sellers shall include support documents that readily show that their offered goods/services meet or exceed the attached Brand Name Salient Characteristics. Sellers shall include documentation from the manufacturer that readily shows that their firm is an authorized dealer. Sellers shall include non-price support documentation in accordance with the attached Best Value Basis of Award. Bid packages received missing documentation may be considered non-responsive to this solicitation.
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 is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. 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 will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
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.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
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
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 30 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). Registration information can be found at www.sam.gov.
Delivery Requirement The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award.
FARSite The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
DATABASE REGISTRATION REQUIREMENTS A seller must have a current registration in the following databases to receive this award: 1. SAM Requirement The USGS requires registration with the System for Award Management prior to receipt of order. Information can be found at www.sam.gov. 2. FEDCONNECT Requirement Awards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. IPP Requirement Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A copy of the Contractor’s internally generated invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
COMMERCIAL TERMS & CONDITIONS The selected seller must comply with the attached Clauses and Provisions for commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
BRAND NAME OR EQUAL TERMS FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Manufacturer Information: www.yellowscan-lidar.com ___________________________ GS0110 BRAND NAME OR EQUAL INSERTS (JULY 2001) Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product: Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address, Phone & Website _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________
Manufacturer/ Federally Authorized Distributor To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award.
CERTIFICATION REGARDING A FELONY CONVICTION OR UNPAID FEDERAL TAX LIABILITY (a) In accordance with sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that - (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror certifies that - (1) It is not a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months; (2) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
AWARD EVALUATION CRITERIA-Best Value Basis of Award, Trade-off, 2-Step Award evaluation criteria utilized to evaluate Bids is specified in evaluation factors as follows. This evaluation criteria supersedes the evaluation criteria as stated in above instructions, Evaluation Criteria Basis of Award. Bid Packages submitted in response to this Buy will be evaluated in two steps: Step 1. Offers will be determined technically acceptable. To be technically acceptable the seller’s bid package shall readily demonstrate an ability to meet or exceed the attached Brand Name Salient Characteristics; and Step 2. Bid Packages that pass Step 1 will be further evaluated for Best Value to the Government based upon the following factors; Factor (B) Technical Performance is of greater importance than Factor (A) Past Performance. Overall non-price merit will be considered more important than price. Sellers shall include non-price support documentation in accordance with the attached Best Value Basis of Award.

Shipping Information

City State   Zip Code
LAKEWOOD CO   80225 - 0046

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: Sellers shall include support documents that readily show that their offered goods/services meet or exceed the attached Brand Name Salient Characteristics. Sellers shall include documentation from the manufacturer that readily shows that their firm is an authorized dealer. Sellers shall include non-price support documentation in accordance with the attached Best Value Basis of Award. Bid packages received missing documentation may be considered non-responsive to this solicitation.

Buy Attachment(s)

No. Document Name   Document Size
001 Brand_Name_Specifications.docx   16 KB
002 Brand_Name_Salient_Characteristics.docx   15 KB
003 Clauses_and_Provisions.docx   37 KB
004 Best_Value_Basis_of_Award.docx   16 KB