Arizona Bids > Bid Detail

Boresight Straight Telescope 6650-00-424-7237

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159150274718907
Posted Date: Jan 26, 2023
Due Date: Feb 8, 2023
Solicitation No: FA487723QA111
Source: https://sam.gov/opp/423ca30e09...
Follow
Boresight Straight Telescope 6650-00-424-7237
Active
Contract Opportunity
Notice ID
FA487723QA111
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4877 355 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 26, 2023 08:33 am MST
  • Original Date Offers Due: Feb 08, 2023 08:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Tucson , AZ 85707-3602
    USA
Description

COMBINED SYNOPSIS/SOLICIATION ‘COMBO’:



Alignment Telescope, Straight





(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





(ii) Solicitation FA4877-23-Q-A111 is issued as a Request for Quotation (RFQ).





(iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-01 effective date 12/30/2022, DFARS change 12/30/2022 effective date 12/30/2022, and AFFARS AFAC 12/20/2022 effective date 12/20/2022.





(iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 with a small business standard of 1,000 employees. Previous NAICS of 333314 has been replaced with 333310. This requirement is being posted as a 100% small business set-aside.





(v) The Pricing Schedule is incorporated below. Offerors shall complete in its entirety and return with any other documentation/data as required by this Combo.





CLIN



DESCRIPTION



QTY



UNIT



UNIT PRICE



TOTAL PRICE



0001



Straight Telescope NSN: 6650-00-424-7237



Part No. 16A-750404-1, Part No. 112-850, Part No. C47280, Part No. 5560



2



EA









(vi) The government intends to award a firm-fixed price contract for 2 EA Straight Telescope's (NSN 6655-00-424-7237) to be used in conjunction with a bore-sight equipment to preform alignment and symmetry checks before and after maintenance. Acceptable part numbers are as shown under CLIN 0001 in the Pricing Schedule above.





Notice to Offeror(s): At this time the Air Force is not accepting used or refurbished products to meet this requirement. Valid offers shall include all applicable shipping/freight charges to FOB destination 309 AMARG Tucson, AZ.





(vii) Delivery of 2 Straight Telescopes shall be FOB Destination to Davis-Monthan AFB, Tucson AZ. Contractor shall include delivery schedule information included in the Pricing Schedule,





(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:





1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.





2. Specific Instructions: The response shall consist of two (2) separate parts: Part I – Technical Capability/Authorized Distributor confirmation and Part II – Price Proposal.





a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. Must confirm you can provide a Certificate of Conformance for BRAND NEW item.



b. PART 2- PRICE – Submit one (1) copy of price schedule any additional documentation is limited to 10 pages.





3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable.





Technical Acceptability, at a minimum, is defined as confirming ability to provide BRAND NEW the NSN item listed in section (v) above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





4. System for Award Management Registration.





(a) Definitions. As used in this provision—





“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.





“Data Universal Numbering System+4 (DUNS+4) number” means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.





“Registered in the System for Award Management (SAM) database” means that—





(1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and



(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database;





(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.





(4) The Government has marked the record “Active”.





(b)





(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.





(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS or DUNS+4 number that identifies the offeror’s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.





(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.





(1) An offeror may obtain a DUNS number—





(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or





(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.





(2) The offeror should be prepared to provide the following information:





(i) Company legal business name.





(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.





(iii) Company physical street address, city, state and Zip Code.





(iv) Company mailing address, city, state and Zip Code (if separate from physical).





(v) Company telephone number.





(vi) Date the company was started.





(vii) Number of employees at your location.





(viii) Chief executive officer/key manager.





(ix) Line of business (industry).





(x) Company Headquarters name and address (reporting relationship within your entity).





(d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.





(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.





(f) Offerors may obtain information on registration at https://www.acquisition.gov.







(ix) FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:



(a) The Government will award a contract resulting from this solicitation 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:





(i) technical capability to offer the requested product to meet the Government requirement;



(ii) price;





All proposals will be reviewed for technical acceptability. If found technically acceptable award will be made to the offeror who is found to provide the best value technical approach and price considered. If found technically unacceptable no further consideration will be made. Past Performance may be evaluated. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





(x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Oct 2022); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text.





(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Oct 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text.





(xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference.





Solicitation Provisions Incorporated by Reference (Feb 1998)





This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):





http://acquisition.gov





Additionally, the following clauses and provisions apply to this acquisition:





FAR 52.204-7



System for Award Management



Oct 2018



FAR 52.204-13



System for Award Management Maintenance



Oct 2018



FAR 52.204-16 (P)



Commercial and Government Entity Code Reporting



Aug 2020



FAR 52.204-17 (P)



Ownership or Control of Offeror



Aug 2020



FAR 52.204-18



Commercial and Government Entity Code Maintenance



Aug 2020



FAR 52.204-20 (P)



Predecessor of Offeror



Aug 2020



FAR 52.204-21



Basic Safeguarding of Covered Contractor Information Systems



Nov 2021



FAR 52.204-22



Alternative Line Item Proposal



Jan 2017



FAR 52.209-6



Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



Nov 2021



FAR 52.209-10



Prohibition on Contracting with Inverted Domestic Corporations



Nov 2015



FAR 52.209-11 (P)



Representation by Corporations Regarding Delinquent Tax Liability or a felony conviction under any federal law



Feb 2016



FAR 52.211-6



Brand Name or Equal



Aug 1999



FAR 52.219-1



Small Business Program Representations



Oct 2022



FAR 52.219-1 Alt I



Small Business Program Representations Alternate I



Sep 2015



FAR 52.219-6



Notice of Total Small Business Set-Aside



Nov 2020



FAR 52.219-8



Utilization of Small Business Concerns



Oct 2018



FAR 52.219-13



Notice of Set-Aside Orders



Mar 2020



FAR 52.219-28



Post-Award Small Business Program Representation



Jul 2013





FAR 52.222-3



Convict Labor



Jun 2003



FAR 52.222-19



Child Labor – Cooperation with Authorities and Remedies



Jan 2018



FAR 52.222-21



Prohibition of Segregated Facilities



Apr 2015



FAR 52.222-22



Previous Contracts and Compliance Reports



Feb 1999



FAR 52.222-25



Affirmative Action Compliance



April 2015



FAR 52.222-26



Equal Opportunity



Sep 2016



FAR 52.222-36



Affirmative Action for Workers With Disabilities



Jun 2020



FAR 52.222-50



Combating Trafficking in Persons



Nov 2021



FAR 52.223-18



Encouraging Contractor Policies to Ban Text Messaging While Driving



Jun 2020



FAR 52.223-22



Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation



Dec 2016



FAR 52.225-13



Restrictions on Certain Foreign Purchases



Feb 2021



FAR 52.225-18 (P)



Place of Manufacture



Aug 2018



FAR 52.225-25



Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications



Jun 2020



FAR 52.232-1



Payments



Apr 1984



FAR 52.232-11



Extras



Apr 1984



FAR 52.232-23



Assignment of Claims



May 2014



FAR 52.232-25



Prompt Payment



Jan 2017



FAR 52.232-33



Payment by Electronic Funds Transfer – System for Award Management



Oct 2018



FAR 52.232-39



Unenforceability of Unauthorized Obligations



Jun 2013



FAR 52.232-40



Providing Accelerated Payments to Small Business Subcontractors



Dec 2013



FAR 52.233-1



Disputes



May 2014



FAR 52.233-3



Protest After Award



Aug 1996



FAR 52.233-4



Applicable Law for Breach of Contract Claim



Oct 2004



FAR 52.243-1



Changes-Fixed-Price



Aug 1987



FAR 52.246-15



Certificate of Conformance



Apr 1984



FAR 52.246-17



Warranty of Supplies of a Noncomplex Nature



June 2003



FAR 52.247-34



F.O.B. – Destination



Nov 1991



FAR 52.249-1



Termination for Convenience of the Government (Fixed-Price)



(Short Form)



Apr 1984



FAR 52.253-1



Computer Generated Forms



Jan 1991



DFARS 252.203-7000



Requirements Relating to Compensation of Former DoD Officials



Sep 2011



DFARS 252.203-7005



Representation Relating to Compensation of Former DoD Officials



Nov 2011



DFARS 252.204-7004



Level I Antiterrorism Awareness Training for Contractors



Feb 2019



DFARS 252.204-7008



Compliance with Safeguarding Covered Defense Information Controls



Oct 2016



DFARS 252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



Oct 2016



DFARS 252.209-7004



Subcontracting with firms that are owned or controlled by the Government of a country that is a state sponsor of terrorism



May 2019



DFARS 252.211-7008



Use of Government-Assigned Serial Numbers



Sep 2010



DFARS 252.215-7008 - (P)



Only One Offer



July 2019



DFARS 252.225-7012



Preference for Certain Domestic Commodities



Dec 2017



DFARS 252.225-7048



Export Controlled Items



Jun 2013



DFARS 252.227-7015



Technical Data – Commercial Items



Feb 2014



DFARS 252.227-7037



Validation of Restrictive Markings on Technical Data



Sep 2016



DFARS 252.223-7008



Prohibition of Hexavalent Chromium



June 2013



DFARS 252.232-7003



Electronic Submission of payment Requests and receiving reports



Dec 2018



DFARS 252.232-7006



Wide Area Workflow Payment Instructions



Dec 2018



DFARS 252.232-7010



Levies on Contract Payments



Dec 2006



DFARS 252.243-7001



Pricing of Contract Modifications



Dec 1991



DFARS 252.243-7002



Request For Equitable Adjustment



Dec 2012



DFARS 252.244-7000



Subcontracts for Commercial Items and Commercial Components (DoD Contracts)



Jun 2013



DFARS 252.247-7022



Representation of Extent of Transportation by Sea



Jun 2019



DFARS 252.247-7023



Transportation of Supplies by Sea--Basic



Feb 2019



AFFARS 5352.201-9101



Ombudsman



Jun 2016



AFFARS 5352.242-9000



Contractor Access To Air Force Installations



Nov 2012





(xiv) Quotations shall be submitted to Contracting Officer Rachelle Jenkins and Contract Specialist Patricia Murray via email at rachelle.jenkins.3@us.af.mil and patricia.murray.6@us.af.mil. Quotes are due no later than 3PM Pacific Standard Time on Friday 3 Feb 2023; quotes shall include the following:





a. Part 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. Must confirm you can provide the requested NSN item issued with a Certificate of Conformance for BRAND NEW item.



b. Part 2- PRICE – Submit one (1) copy of price schedule/quote - any additional documentation is limited to 10 pages.



c. Part 2- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above





CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS





Atch #: Item Description: Page(s):





1 Approved Local Purchase Waiver – Redacted 2



2 Brand Name Justification – Redacted 2




Attachments/Links
Contact Information
Contracting Office Address
  • CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 26, 2023 08:33 am MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >