Washington, DC Bids > Bid Detail

Pan/Tilt Stabilized Mount

Agency:
Level of Government: Federal
Category:
  • 35 - Service & Trade Equipment
Opps ID: NBD00159351243303205
Posted Date: Mar 6, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/46257f379d...
Follow
Pan/Tilt Stabilized Mount
Active
Contract Opportunity
Notice ID
N0017324Q0029
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 06, 2024 02:02 pm EST
  • Original Published Date: Mar 05, 2024 06:45 am EST
  • Updated Date Offers Due: Mar 07, 2024 07:00 am EST
  • Original Date Offers Due: Mar 07, 2024 07:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 07, 2024
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3590 - MISCELLANEOUS SERVICE AND TRADE EQUIPMENT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Washington , DC 20375
    USA
Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the

format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for

Evaluation and Solicitation for Commercial Products and Commercial Services," as

supplemented with additional information included in this notice. This announcement constitutes

the only solicitation; quotations are being requested, and a written solicitation document will not

be issued.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated

provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02

Effective: 12/04/2023

The associated North American Industrial Classification System (NAICS) code for this

procurement is 334519.

The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is

3590.

The Naval Research Laboratory (NRL), located in Washington, D.C. is seeking to purchase a

Pan/Tilt Stabilized Mount.



___X__ See Chart Below

Line Item Description Quantity

1 Stabized Tripod Pan/Tilt Mount 1

2 Stabilized Tripod 1

3 Starter Kit for FLIR D48, D100 1



4 Shipping 1





Supplies: BRAND NAME OR EQUAL.

FAR 52.212-1 has been tailored to include the following additional instructions:

• This procurement is for new equipment ONLY, unless otherwise specifically stated.

No remanufactured or "gray market" items are acceptable. All equipment must be

covered by the manufacturer's warranty.

• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized

dealer, an authorized distributor, or an authorized reseller for the proposed

equipment/system such that OEM warranty and service are provided and maintained

by the OEM. All software licensing, warranty, and service associated with the

equipment/system shall be in accordance with the OEM terms and conditions

• Offerors are required to submit documentation from the manufacturer stating that

they are an authorized distributor for the specific items being procured.

Supplies: BRAND NAME OR EQUAL.

Delivery Address:

___X_____ U.S. Naval Research Laboratory

4555 Overlook Ave Sw

Washington, Dc 20375

**FOB DESTINATION IS THE PREFERRED METHOD**

Estimated Delivery Time: __________________

For FOB ORGIN, please provide the following information:

FOB Shipping Point: _______________________

Estimated Shipping Charge: _________________

Dimensions of Package(s): ____________________

Shipping Weight: __________________________

The following FAR & DFARS provisions and clauses as identified below are hereby

incorporated. Any FAR & DFARS provisions or clauses not applicable by their terms shall be

self-deleting. Any FAR or DFARS provisions or clause(s) erroneously, or otherwise, omitted,

that which should have been included by their terms, shall be considered to be incorporated

into this solicitation and any resultant contract.

The full text of FAR & DFARS provisions and clauses may be accessed electronically at

https://www.acquisition.gov. The clauses and provisions identified below are to be considered

the most up-to-date version, as accessible at https://www.acquisition.gov/.

52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal

Transactions

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality

Agreements or Statements—Representation

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7, System for Award Management

52.204-16, Commercial and Government Entity Code Reporting

52.204-17, Ownership or Control of Offeror

52.204-20, Predecessor of Offeror

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance

Services or Equipment – Attached below to be completed and returned with Quote/Proposal.

52.204-26, Covered Telecommunication Equipment or Services - Representation

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony

Conviction under any Federal Law

52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy

Program Use (Apr 2008)

52.212-1, "Instructions to Offerors-Commercial Items"

52.212-3, "Offerors Representations and Certifications-Commercial Items and Commercial

Services"

52.217-5, Evaluation of Options

52.219-1, Small Business Program Representations

52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—

Representation

52.225-18, Place of Manufacture

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or

Transactions Relating to Iran—Representation and Certifications

52.237-1, Site Visit

52.252-1, Solicitation Provisions Incorporated by Reference

NRL also includes the following provisions that must be completed and returned by the

offeror:

1. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-

Representation.

2. FAR 52.222-22, Previous Contracts and Compliance Reports

3. FAR 52.222-25, Affirmative Action Compliance

Offerors must complete annual representations and certifications on-line at

https://www.sam.gov/ in accordance with FAR 52.212-3, "Offerors Representations and

Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written

submission is required.

The following contract FAR CLAUSES apply to this acquisition, unless not applicable by their

terms, in which case shall be considered self-deleting. Any FAR clause erroneously, or

otherwise, omitted, that which should have been included by their terms, shall be considered to

be incorporated into this solicitation and any resultant contract:

52.212-4, Contract Terms and Conditions-Commercial Items

52.203-3, Gratuities (APR 1984)

52.203-12, Limitation of Payments to Influence Certain Federal Transactions

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-18, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-21, Basic Safeguarding of Covered Contractor Information Systems

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.219-8, Option to Extend Services

52.217-9, Option to Extend the Term of the Contract

52.219-28, Post-Award Small Business Program Rerepresentation

52.232-1, Payments

52.232-8, Discounts for Prompt Payment

52.232-11, Extras

52.232-23, Assignment of Claims

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-1, Disputes

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.243-1, Changes-Fixed-Price

52.247-34, F.O.B Destination

52.249-1, Termination for Convenience of the Government (Fixed Price)(Short Form)

52.249-4, Termination for Convenience of the Government (Services)(Short Form)

52.252-2, Clauses Incorporated By Reference

2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive

Orders -

The following subparagraphs of FAR 52.212-5 are applicable, unless otherwise not applicable by

their terms, in which case shall be considered self-deleting:

52.204-10

52.209-6

52.219-6

52.222-3

52.222-19

52.222-21

52.222-26

52.222-36

52.222-50

52.223-18

52.225-13

52.232-33

3. DFARS 212.301 - Solicitation Provisions and Contract Clauses for the Acquisition of

Commercial Items DoD Class Deviation 2018-O0021, Commercial Item Omnibus Clause for Acquisitions

Using the Standard Procurement System, issued October 1, 2018 (Revised October 1, 2018): DoD Class

Deviation 2018-O0021

The following solicitation DFARS PROVISIONS apply to this acquisition, unless not

applicable by their terms, in which case shall be considered self-deleting. Any DFARS

Provisions erroneously, or otherwise, omitted, that which should have been included by their

terms, shall be considered to be incorporated into this solicitation:

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

252.204-7016, Covered Defense Telecommunications Equipment or Services – Representation

252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications

Equipment Or Services—Representation

252.215-7007, Notice of Intent to Resolicit

The following solicitation DFARS CLAUSES apply to this acquisition, unless not applicable by

their terms, in which case shall be considered self-deleting. Any DFARS clause erroneously, or

otherwise, omitted, that which should have been included by their terms, shall be considered to

be incorporated into this solicitation and any resultant contract:

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003, Control of Government Personnel Work Product

252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications

Equipment or Services

252.211-7003, Item Unique Identification and Valuation

252.211-7008, Use of Government-Assigned Serial Numbers

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7013, Duty-Free Entry

252.227-7015, Technical Data - Commercial Items

252.227-7037, Validation of Restrictive Markings on Technical Data

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area WorkFlow Payment Instructions

252.232-7010, Levies on Contract Payments

252.239-7010, Cloud Computing Services

252.239-7018, Supply Chain Risk

252.244-7000, Subcontracts for Commercial Items

252.246-7003, Notification of Potential Safety Issues

252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations

SUBMISSION INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company Unique Entity ID and Cage Code/ N Cage Code on your quote.

All quotations shall be sent via e-mail.

Buyer Name: Natalie Waugh, Email: natalie.waugh@nrl.navy.mil.

Please reference this combined synopsis/solicitation number: N00173-24-Q-0029 on your

correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA

EMAIL.

The government intends to award a purchase order as a result of this combined

synopsis/solicitation that will include the terms and conditions set forth herein. Award may be

made without discussions or negotiations, therefore prospective contractors shall have an active

registration in the System for Award Management (SAM) database (www.sam.gov) in

accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when

submitting a response to this solicitation.

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:

Lowest Price Technically Acceptable - Offers will be ranked lowest to highest according to

price. A price analysis will be conducted to determine whether the lowest price will result from a

single award or multiple awards. Based on the price analysis, the lowest price offer or multiple

offers, will be forwarded to the requiring activity for technical evaluation (offer(s), in accordance

with the specifications, will be deemed either technically acceptable or technically

unacceptable). If the lowest price offer or offers is found technically acceptable and the pricing

determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete

and award will be made based on the lowest price offer(s). If the lowest price offer is determined

technically unacceptable, another analysis will be conducted amongst the remaining offers to

determine if a single or multiple awards will provide the lowest price. The lowest price offer(s)

will be sent for technical evaluation. This process is repeated in order of price until an offer or

combination of offers is deemed technically acceptable and price is determined fair and

reasonable.

Options. When applicable, the Government will evaluate offers for award purposes by adding

the total price for all options to the total price for the basic requirement. The Government may

determine that an offer is unacceptable if the option prices are significantly unbalanced.

Evaluation of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must include a statement

regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document

without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document

with the exception, deletion, or addition of the following:"

Exceptions. Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than the response date listed above. Late submissions shall

be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed submissions

are accepted and are the preferred form of submission. Receipt will be verified by the date/time

stamp on email.

Unless already completed in SAM.gov, the following provision must also be completed and

returned by the Offeror:

Interim FAR rule 2019-009, published on July 14, 2020, and effective on August 13, 2020

Instruction to Offeror: Complete the attached 52.504-24 and include it with your offer.

FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS

AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT

The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the

Offeror has represented that it ‘‘does not provide covered telecommunications equipment or

services as a part of its offered products or services to the Government in the performance of

any contract, subcontract, or other contractual instrument’’ in the provision at 52.204–26,

Covered Telecommunications Equipment or Services—Representation, or in paragraph (v) of

the provision at 52.212–3, Offeror Representations and Certifications– Commercial Items.

(a) Definitions. As used in this provision-Backhaul, covered telecommunications

equipment or services, critical technology, interconnection arrangements, reasonable inquiry,

roaming, and substantial or essential component have the meanings provided in the clause

52.204–25, Prohibition on Contracting for Certain Telecommunications and Video

Surveillance Services or Equipment.

(b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense

Authorization Act for Fiscal Year 2019 (Pub. L. 115–232) prohibits the head of an executive

agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a

contract to procure or obtain, any equipment, system, or service that uses covered

telecommunications equipment or services as a substantial or essential component of any

system, or as critical technology as part of any system. Nothing in the prohibition shall be

construed to—

(i) Prohibit the head of an executive agency from procuring with an entity to

provide a service that connects to the facilities of a third-party, such as backhaul,

roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data

traffic or cannot permit visibility into any user data or packets that such equipment

transmits or otherwise handles.

(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for

Fiscal Year 2019 (Pub. L. 115–232) prohibits the head of an executive agency on or after

August 13, 2020, from entering into a contract or extending or renewing a contract with an

entity that uses any equipment, system, or service that uses covered telecommunications

equipment or services as a substantial or essential component of any system, or as critical

technology as part of any system. This prohibition applies to the use of covered

telecommunications equipment or services, regardless of whether that use is in performance of

work under a Federal contract. Nothing in the prohibition shall be construed to—

(i) Prohibit the head of an executive agency from procuring with an entity to provide a

service that connects to the facilities of a third-party, such as backhaul, roaming, or

interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or

cannot permit visibility into any user data or packets that such equipment transmits or

otherwise handles.

(c) Procedures. The Offeror shall review the list of excluded parties in the System for

Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving

federal awards for ‘‘covered telecommunications equipment or services.’’

(d) Representations. The Offeror represents that—

(1) It ☐ will, ☐ will not provide covered telecommunications equipment or services to

the

Government in the performance of any contract, subcontract or other contractual instrument

resulting from this solicitation. The Offeror shall provide the additional disclosure information

required at paragraph (e)(1) of this section if the Offeror responds ‘‘will’’ in paragraph (d)(1) of

this section; and

(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror

represents that— It ☐ does, ☐ does not use covered telecommunications equipment or services,

or use any equipment, system, or service that uses covered telecommunications equipment or

services. The Offeror shall provide the additional disclosure information required at paragraph

(e)(2) of this section if the Offeror responds ‘‘does’’ in paragraph (d)(2) of this section.

(e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If

the Offeror has responded ‘‘will’’ in the representation in paragraph (d)(1) of this provision,

the Offeror shall provide the following information as part of the offer:

(i) For covered equipment—

(A) The entity that produced the covered telecommunications equipment (include entity

name, unique entity identifier, CAGE code, and whether the entity was the original equipment

manufacturer (OEM) or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand;

model number, such as OEM number, manufacturer part number, or wholesaler number; and

item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment

and any factors relevant to determining if such use would be permissible under the prohibition in

paragraph (b)(1) of this provision.

(ii) For covered services—

(A) If the service is related to item maintenance: A description of all covered

telecommunications services offered (include on the item being maintained: Brand; model

number, such as OEM number, manufacturer part number, or wholesaler number; and item

description, as applicable); or

(B) If not associated with maintenance, the Product Service Code (PSC) of the

service

being provided; and explanation of the proposed use of covered telecommunications services and

any factors relevant to determining if such use would be permissible under the prohibition in

paragraph (b)(1) of this provision.

(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror

has responded ‘‘does’’ in the representation in paragraph (d)(2) of this provision, the Offeror

shall provide the following information as part of the offer:

(i) For covered equipment—

(A) The entity that produced the covered telecommunications equipment (include

entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a

distributor, if known);

(B) A description of all covered telecommunications equipment offered (include

brand; model number, such as OEM number, manufacturer part number, or wholesaler number;

and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment

and any factors relevant to determining if such use would be permissible under the prohibition in

paragraph (b)(2) of this provision.

(ii) For covered services—

(A) If the service is related to item maintenance: A description of all covered

telecommunications services offered (include on the item being maintained: Brand; model

number, such as OEM number, manufacturer part number, or wholesaler number; and item

description, as applicable); or

(B) If not associated with maintenance, the PSC of the service being provided;

and

explanation of the proposed use of covered telecommunications services and any factors relevant

to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this

provision.

(End of provision)


Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >