Federal Bid

Last Updated on 18 Mar 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Hand-Held Thermal Imaging Cameras

Solicitation ID S-WHARC-11-Q-0065
Posted Date 15 Feb 2011 at 9 PM
Archive Date 18 Mar 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Florida Regional Center
Agency Department Of State
Location United states
This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested by this notice alone, and a written solicitation will not be issued.

This synopsis/solicitation is issued as a Request for Quotations for hand-held thermal imaging cameras to be donated to the Government of Brazil pursuant to an agreement with the U.S. Department of State.

1. DESCRIPTION

1.1. The U.S. Department of State, Narcotics Affairs Section (NAS), U.S. Embassy Brasilia, Brazil, has a requirement for the purchase of ten (10) hand-held thermal imaging cameras, to be donated to the government of Brazil for NAS program purposes.

1.2. This acquisition is unrestricted. The NAICS code applicable to this acquisition is 334511.

2. REQUIRED ITEMS:

LINE ITEM 001: Thermal-Eye X200xp Thermal Imaging Camera or equal. QUANTITY: Ten (10) EA, New

The thermal cameras will be utilized in a variety of environmental conditions, to include rain forests. The units will be subjected to extreme weather conditions and usage. The material, design, and workmanship of the cameras and accessories shall be appropriate for use in said environments.

The camera shall be provided with their respective user manuals. The manuals, if available, shall be provided in Brazilian Portuguese. If Brazilian Portuguese is not available, the manuals shall be provided in English and/or Spanish.

Each camera must include the following: Lens Cap, Lens Tissue, Warranty Card, Hard Case, Instruction manual, 2 AA batteries, neck strap, and wrist strap.

The following are the salient characteristics an "equal" product must meet in order to be considered for award (See FAR 52.211-6).

• Minimum resolution of 160 x 120 (pixel count)
• Amorphous silicon microbolometer
• 14 ounces or lighter (including batteries)
• Operate with NiMH and/or Alkaline batteries (lithium batteries are not acceptable)
• Left-handed and right-handed use
• Start-up time of less than 8 seconds
• Ability to detect human activity from at least 400 meters
• Buoyant and waterproof to at least 2-meter submersion
• Shockproof from at least a 2 meter drop
• Able to improve vision in challenging field in conditions such as dust, smoke and complete darkness with no blooming from lights
• Able to stow into pant pocket for quick extraction and convert operation

3. DELIVERY INFORMATION

3.1. REQUIRED DELIVERY DATE: No later than 45 calendar days after date of order. If an export license is required, all items shall be delivered no later than 45 calendar days after receipt of export license, and the vendor must promptly apply for the export license after receiving the order.

3.2. DELIVERY TERMS: FOB Destination. The Contractor must consolidate the entire shipment to prevent loss and misdirection of the equipment. Any lost or damaged equipment during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, please forward the shipment prepaid directly to:

Despatch/CRP:
Just In Time Services, Inc.
11450 NW 34th Street, suite 100
Doral, Fl 33178
Ph. 305-477-4140
Fax 305-477-4745

The items being acquired will be donated to the government of the ultimate destination Brazil. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned address and compliance with all applicable export/ITAR licensing requirements. If an export license is required, the items shall not be shipped until necessary export license is received.

3.3. PACKING AND MARKING REQUIREMENTS:

Each box, carton, and package shall be marked as follows:

AMERICAN EMBASSY
NAS - IN13BR09
Thermal Cameras
Order No. (To be provided upon award)
Brasilia, Brazil
Box #__ of __

One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. If you have any problems in complying with these instructions, please contact the Contracting Officer. In addition, a copy of the packing list and commercial invoice shall be provided to Ms. Ione Assumpção at [email protected]. The vendor shall also coordinate with Ms. Assumpção shipment of the items to Despatch/CRP.

Please include a copy of the packing list with your original invoice to the Contracting Officer or other office designated in the order that will provide us advance information for Customs clearance purposes.

PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. If you have any question regarding this requirement, please contact the Contracting Officer.

4. EVALUATION OF QUOTATIONS:

4.1. Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. Award decision will take into consideration the lowest overall price to the Government.

4.2. Additional Considerations:

The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ).

The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality.

4.3. Award will be on an "all or none" basis.

4.4. The source-origin restrictions found in 22 CFR 228 are applicable to this acquisition.

5. QUOTATION MUST INCLUDE THE FOLLOWING:

5.1. PRICE: unit and extended prices, inclusive of delivery charges.

5.2. DESCRIPTION: Description/nomenclature of the item being proposed; product literature may be provided.

5.3. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR.

5.4. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/).

6. ADDITIONAL INFORMATION AND REQUIREMENTS:

In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. However, please see the exceptions at FAR Subpart 4.1102. All responsible sources may submit a quotation which shall be considered by the Department.

This solicitation number S-WHARC-11-Q-0065 is issued as an RFQ under subpart 12.6 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-49.

FAR clauses may be accessed at: http://acquisition.gov/far/index.html

The following FAR Clauses and Provisions are incorporated by reference.

52.204-7, Central Contractor Registration

52.211-6, Brand Name or Equal

52.212-1, Instructions to Offerors - Commercial Items

52.212-3, Offeror Representations and Certifications - Commercial Items

[Fill-in paragraph i(1): Electronics - China]

52.212-4, Contract Terms and Conditions - Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items

[The following clauses are selected under paragraph (b):52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18, Contractor Policy to Ban Text Messaging while Driving (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.232-33, Payment by Electronic Funds Transfer- Other than Central Contractor Registration]

52.214-34, Submission of Offers in the English Language

DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm

The following DOSAR clauses and provisions are incorporated by reference.

652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988)

652.242-72, Shipping Instructions (DEC 1994)

652.242-73, Authorization and Performance (AUG 1999)

652.243-70, Notices (AUG 1999)

7. QUOTATIONS ARE DUE by the date and time stated on the FedBizOpps website. Quotations must be submitted by uploading to the FedBizOpps website; no other method of quotation submission is allowed. Identify your quotation as a response to solicitation number S-WHARC-11-Q-0065. Quoters are requested to limit the number of files uploaded to no more than six (6).

8. AWARD TYPE: The Government will award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Jun 2009 at 7 PM
Location Unknown 07 Sep 2010 at 7 PM
Location Unknown 02 Nov 2009 at 2 PM
Location Unknown 16 May 2011 at 6 PM
Location Unknown 01 Nov 2018 at 3 PM