New York Bids > Bid Detail

Short Wave Infrared Imaging (SWIR) Camera

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159578595893065
Posted Date: Apr 27, 2023
Due Date: May 10, 2023
Solicitation No: FA875123Q0088
Source: https://sam.gov/opp/8edd2c544d...
Follow
Short Wave Infrared Imaging (SWIR) Camera
Active
Contract Opportunity
Notice ID
FA875123Q0088
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA8751 AFRL RIKO
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 27, 2023 11:02 am EDT
  • Original Date Offers Due: May 10, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 25, 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:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Rome , NY 13441
    USA
Description

Combined Synopsis/Solicitation for Commercial Products and Commercial Services



General Information



Title: Short Wave Infrared Imaging (SWIR) Cameras



Document Type: Combined Synopsis/Solicitation



Solicitation Number: FA8751-23-Q-0088



Posted Date: 27 April 2023



Original Response Date: 10 May 2023



Current Response Date: 10 May 2023



Classification Code: 6650



Set-Aside: Total Small Business



NAICS Code: 334515



Contracting Office Address



Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514



Description



This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.



Solicitation FA8751-23-Q-0088 is issued as a Request for Quotation (RFQ).



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230322.



See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.



This procurement is being issued as a Total Small Business set-aside, under NAICS code 334515 and small business size standard 750 employees.



The contractor shall provide the items listed in the CLINs below on a Brand Name or Equal, firm fixed price basis, including the cost of shipping FOB Destination:



CLIN 0001: Short Wave Infrared Imaging (SWIR) Camera – Pembroke Part #640V-S OR EQUAL with the following minimum specifications:






  • Sensor: 900-1700 nm

  • spectral range: 900-1700 nm

  • Interface: USB 3.0

  • Sensor format: 1 inch

  • Pixel pitch: 15µm

  • Mode: Global shutter

  • Mount: C-Mount

  • Integrated TEC: Air cooled

  • Power over USB





QTY: 2 EACH Unit Cost:_________ Total Cost:___________



CLIN 0002: UID Labels (if priced separately)



QTY: 2 EACH Unit Cost:_________ Total Cost:___________



CLIN 0003: Shipping (if priced separately)



QTY: 1 EACH Unit Cost:_________ Total Cost:___________



TOTAL COST OF ALL CLINS:___________________





SHIP HARDWARE TO:



DoDAAC: F4HBL1



CountryCode: USA



AFRL RIOLSC



AF BPN NO MILSBILLS PROCESSES



148 ELECTRONIC PKWY



ROME, NY 13441-4503



UNITED STATES



Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.



Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.



The anticipated delivery date for In-Stock items is 10 Days After Receipt of Order (ARO). The anticipated delivery date for Back Ordered items is 45 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is AFRL Rome, NY 13441.



The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.



Addendum to the following paragraphs of 52.212-1 are:



(b) Written proposals/quotes are due at or before 1:00PM, (Eastern Time) 10 May 2023. Submit to: AFRL/RIKO, Attn: Larry Barto by email to larry.barto.1@us.af.mil



(b)(4) Submit a technical description of the items being offered.



(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.



(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.



(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.



The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Capability



All evaluation factors other than price, when combined, are approximately equal. The Government intends to make award to the lowest priced, technically acceptable Offeror.



Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (OCT 2022), as well as the following:



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 1)



The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (DEC 2022), applies to this acquisition.



The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEC 2022), applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)



52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021)



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)



52.233-3, Protest After Award (Aug 1996)



52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)



52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008 (15 U.S.C. 644) (NOV 2020)



52.219-28, Post Award Small Business Program Re-representation (OCT 2022)



52.222-3, Convict Labor (Jun 2003)



52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2022)



52.222-21, Prohibition of Segregated Facilities (Apr 2015)



52.222-26, Equal Opportunity (Sep 2016)



52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020)



52.222-50, Combating Trafficking in Persons (NOV 2021)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)



52.232-33, Payment By Electronic Funds Transfer—System For Award Management (Oct 2018)



(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301)



*52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)



* 52.204-22, Alternative Line Item Proposal (Jan 2017)



* 52.211-6, Brand Name or Equal (Aug 1999)



52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



52.247-34, FOB Destination (Nov 1991)



252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013)



252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.211-7003, Item Identification and Valuation (JAN 2023)



Para. (c)(1)(i): None



Para. (c)(1)(ii): None



Para. (c)(1)(iii): None



Para. (c)(1)(iv): None



Para. (f)(2)(iii): None



* 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018)



252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)



*252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015)



252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (MAY 2020) (DEVIATION 2020-O0015)



252.227-7015, Technical Data--Commercial Products and Commercial Services (JAN 2023)



252.227-7037, Validation of Restrictive Markings on Technical Data (APR 2022)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)



252.232-7010, Levies on Contract Payments (DEC 2006)



252.232-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration (APR 2020)



*252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003)(APRIL 2021)



252.243-7001 Pricing of Contract Modifications (DEC 1991)





252.244-7000, Subcontracts for Commercial Products and Commercial Services (JAN 2023)



252.246-7008, Source of Electronic Parts (JAN 2023)



252.247-7023, Transportation of Supplies by Sea – Basic (JAN 2023)



5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil



Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:



For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.



UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.



(A)LABEL:



If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.



If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.



Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.



The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.



All responsible organizations may submit a proposal, which shall be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 27, 2023 11:02 am EDTCombined 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 >