Federal Bid

Last Updated on 12 Jul 2021 at 6 PM
Combined Synopsis/Solicitation
Charleston air force base South carolina

NVG Inspection

Solicitation ID FA441821Q0013
Posted Date 12 Jul 2021 at 6 PM
Archive Date 20 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4418 628 Cons Pk
Agency Department Of Defense
Location Charleston air force base South carolina United states 29404

COmbined Synopsis/Solicitation for Commercial ITEMS

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

ii. The synopsis/solicitation reference number is FA441821Q0013 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.

iii  This solicitation document and incorporated provisions and clauses are those in effect through FAC 2021-05 Effective March 10, 2021.

iv.  This acquisition is 100% small business set-aside under NAICS code 811219 with a size standard of $20.5M.

v.  Contractor shall submit a quote IAW with attached RFQ Attachment No. 1, Price List. Please use the RFQ for specific items and quantities, as well as the requirement specifications described in the Performance Work Statement Attachment No. 2.

vi.  The Contractor shall provide Night Vision Goggles Preventative Maintenance Inspection and Repair in accordance with Attachment No. 2, (PWS). The location of contract performance is at the vendor’s facility.

vii.  The period of performance is one (1) base year of 12 months plus four (4) options of 12 months each.

Base period: 1 Oct 2021 – 30 Sep 2022

1st Option: 1 Oct 2022 – 30 Sep 2023

2nd Option: 1 Oct 2023 – 30 Sep 2024

3rd Option: 1 Oct 2024 – 30 Sep 2025

4th Option: 1 Oct 2025 – 30 Sep 2026

viii.  The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition as specified below;

       a.  Vendors shall submit pricing utilizing the price worksheet provided as attachment No. 1 with their quote.

       b.  Offerors shall submit a list of no more than three (3) past performance references for work performed within the past three               (3) years as of the date of this solicitation. Past performance references should address the same or similar performance as             this solicitation requires.

       c.  All RFQ submissions by offeror’s should be made valid through 30 Sep 2021.

ix.  52.212-2 FAR 8.405-2 Evaluation - Instructions for Preparation and Submission of Quotes:

      (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.

           1) PRICE

           2) PAST PERFORMANCE

       (b) Options. The Government will evaluate offers for award purposes by adding the total price for the base period of                                performance, and all option years to establish the total evaluated price.  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).

       (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time                  for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s              specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations                  after its receipt, unless a written notice of withdrawal is received before award.

Basis for Contract Award: This is a competitive selection in which competing offeror’s past performance will be evaluated on a basis significantly more important than price. The evaluation process shall proceed as follows:

  1. Price Evaluation – The Government will evaluate the total price of the quote, including all option years, to arrive at the total evaluated price. The Government will arrange all quotes from lowest to highest price. The Government will evaluate all offeror’s for reasonableness.

                a.  Attachment No. 1 – RFQ document – The extended amount for each CLIN X001 Line Item must equal the unit price                       multiplied by the number of units. It is imperative the mathematical calculations are correct. Numeric rounding shall be                       limited to whole dollar amounts.

                b.  Government will evaluate offers for award purposes by adding the total price for all options to the total price for the                           basic period. The Government may determine an offer is unacceptable if their option prices are significantly                                       unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

       2.  Past Performance – Beginning with the lowest reasonably priced offeror, the contracting officer shall seek recent and                        relevant performance information on offerors based on (1) the past efforts provided by the offeror and (2) data                                    independently obtained from other Government and commercial sources.
 

            a.  Recent performance includes projects performed within the past three years. Relevant performance includes                                     performance of efforts involving Calibration and Repair of PVS7 NVG’s or performance consistent with SOW performed                     on similar NVGs.

            b.  The purpose of the past performance evaluation is to allow the government to assess the offeror’s probability of meeting                   the solicitation requirements based on the offeror’s demonstrated past performance.
 
            c.  The assessment process will result in an overall performance confidence assessment of Substantial Confidence,                              Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence.  Past performance regarding                            predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or                            critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror.                        Offerors with no recent/relevant performance history or if the offeror’s performance record is so sparse that no                                   meaningful confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence,"                     meaning the rating is treated neither favorably nor unfavorably (neutral).
 

          d.  If the lowest priced offer is judged to have a “Substantial Confidence” performance confidence assessment, that offer                       represents the best value for the government and the evaluation process stops at this point. Award shall be made to that                   offeror without further consideration of any other offers.
 
          e.  If the lowest priced offeror is not judged to have a “Substantial Confidence” performance confidence assessment, the                       next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to                       have a “Substantial Confidence” performance assessment or until all offerors are evaluated. If the evaluation does not                       result in an offer being judged to have a “Substantial Confidence” performance assessment, a trade-off will be made                         using the evaluation criteria of Price and Past Performance to make an integrated assessment best value award decision.
 

 (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov .

(xi) The clause at FAR 52.212-4, Contract Terms and Condition—Commercial

      Items, applies to this acquisition.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to

Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition.  

The offeror shall comply with the FAR clauses identified at paragraph (b) of the clause as indicated by the Contracting Officer by inclusion in the list below;

  • FAR 52.219-6, Notice of Total Small Business Set-Aside   
  • FAR 52.219-28, Post-Award Small Business Program Representation
  • FAR 52.222-3, Convict Labor
  • FAR 52.222-21, Prohibition of Segregated Facilities
  • FAR 52.222-22, Previous Contracts and Compliance Reports
  • FAR 52.222-26, Equal Opportunity
  • FAR 52.222-50, Combatting Trafficking in Persons
  • FAR 52.223-18, Encouraging contractor Policies to Ban Text Messaging While Driving
  • FAR 52.225-13, Restrictions on Certain Foreign Purchases
  • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

The offeror shall comply with the FAR clauses identified at paragraph (c) of the clause as indicated by the Contracting Officer by inclusion in the list below;
 

  • FAR 52.222-41, Service Contract Labor Standards
  • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
  • FAR 52.222-55, Minimum Wages Under Executive Order 13658
  • FAR 52.222-62, Paid Sick Leave Under Executive Order 13706

 (xiii) The following additional clauses are applicable to this procurement.

  • FAR 52.204-7, System for Award Management
  • FAR 52.217-5, Evaluation of Options
  • FAR 52.217-9, Option to Extend the Term of the Contract.  (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires.  The preliminary notice does not commit the Government to an extension.  (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.  (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 MONTHS.
  • FAR 52.253-1 Computer Generated Forms
  • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports   (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)
  • DFARS 252.246-7000, Material Inspection And Receiving Report 5AFFARS 5352.201-9101 Ombudsman
    An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
    Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
    If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the  Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
    The ombudsman has no authority to render a decision that binds the agency.
    Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause)
    (xiv)  Defense Priorities and Allocations System (DPAS):  N/A
    (xv) Responses to this combined synopsis/solicitation must be received via email, by 5 August 2021, no later than 2:00 PM EST.  Requests should be marked with solicitation number FA441821Q0013.

(xvi) Questions can be addressed to SSgt Hilton Huff, Contract Specialist, at (843) 963-4547 email [email protected] and CC Terry Harrelson, Contracting Officer, at (843) 963-, email [email protected].
 
For more opportunities, visit https://beta.sam.gov/ Also see: http://www.sba.gov 
 
 
 

Bid Protests Not Available

Similar Past Bids

Charleston West virginia 25 Jan 2017 at 2 PM
Charleston West virginia 21 Jul 2016 at 1 PM
Location Unknown 07 May 2012 at 2 PM
Location Unknown 04 Jun 2008 at 11 PM
Tucson Arizona 12 Aug 2021 at 10 PM

Similar Opportunities

Washington 31 Dec 2025 at 5 AM
Yuma Arizona 08 Jul 2025 at 6 PM
Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)
Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)