Federal Bid

Last Updated on 05 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Purchase of Gyro Binoculars and Accessories

Solicitation ID HSCG44-15-Q-PC8224
Posted Date 07 Aug 2015 at 6 PM
Archive Date 05 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office C3cen(00044)
Agency Department Of Homeland Security
Location United states
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 and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-15-Q-PC8224. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-82. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 334511. The SBA size standard in Employees is 750 EMP. This IS a Small Business Set-Aside. The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth,VA. 23703 intends to purchase the the Items IAW the attached Specifications and as listed in Schedule B below for USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth,VA. 23703.

PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE
IAW FAR 52.219-6 Notice of Total Small Business Set-Aside (June2003)

The Coast Guard does not own nor can they obtain a contractors specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Any Contractors that can provide the Items IAW the Specifications as listed are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation.

The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the 23703


FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is 08/19/2015@10:00AM EST.

*PLEASE NOTE:

Provide Firm Fixed Price Proposals with Delivery Information and Delivery Time Frame by 08/19/2015 at 10:00 A.M (EST). Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping Cost as a Separate Line Item. FIRM FIXED Price Proposals are to be sent via EMAIL on Company Letterhead and MUST include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered for Prompt Payment, (7) Company DUNS and Cage Code Numbers.

QUOTES ARE TO BE SENT TO: [email protected]

Anticipated Award Date for the PO Contract is 08/19/2015, this date is approximate and not exact

INSPECTION AND ACCEPTANCE:

The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance.
The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract.


NOTE: Please provide the Brand and or Manufacture of the Items you are proposing on and the associated Part Numbers and Model Numbers for each Line Item.

Schedule B:

Purchase of:

Note: If proposing a Kit for any items below, please define what the Kit Includes and qtys and Kit cost. We require the qtys of all Line Item Items below.

Line Item 1: Two (2) each, of Gyro Stabilized Binoculars to be IAW the Specifications below.
Price per each: _________________


Line Item 2: Four(4) each, Rechargable Batteries for the above Binoculars
Price per each: ____________

Line Item 3: Two(2) each, Battery Charging Unit for Line Item 2 above.
Price per each:_____________

Line Item 4: Four(4)each, SDHC Memory Card, (Class 10) for Line Item 1 above.
Price per each:________________

Line Item 5: Two(2) each, Ruggedized Carrying Case, to carry 1 Binocular and 1 Battery for Line Items 1 and Line Item 2 above.
Price per each:__________________

Line Item 6: If applicable 1 Ea of - Shipping __________________


Total Line cost for Items 1 - 6 ____________________

NOTE: Please provide the Brand and or Manufacture of the Items you are proposing on and the associated Part Numbers and Model Numbers for each Line Item.

PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE

IAW FAR 52.219-6 Notice of Total Small Business Set-Aside (June2003)

PROVISIONS / CLAUSES

• The Following FAR Clauses/Provisions apply to this Acquisition:

IAW FAR 52.219-6 Notice of Total Small Business Set-Aside (June2003)
FAR 52.212-1 -- Instructions to Offeror's -- Commercial Items (Feb 2012)
FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality.
FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Dec 2012) to include Alt I (Apr 2011). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov.
FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2012) with the following addenda's.
FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013)
FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (Dec 2012). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
NOTE: The System for Award Management (SAM) is the Official US Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. (https://www.sam.gov)
• The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract.


FAR 52.222-3 -- Convict Labor (June 2003)
FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Mar 2012)
FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999)
FAR 52.222-26 -- Equal Opportunity (Mar 2007)
FAR 52.222-35 -- Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212)
FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793)
FAR 52.222-37 -- Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212)
FAR 52.222-50 -- Combating Trafficking in Persons (Feb 2009)
FAR 52.233-3 -- Protest after Award (Aug. 1996)
FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 -- Buy American Act - Supplies (Feb 2009)
FAR 52.225-13 -- Restriction on Certain Foreign Deliveries (Jun 2008) (E.O. 12722, 12724, 13059, 13067, 13121 and 13129)
FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332)

• The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far;

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND
CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.

SPECIFICATIONS FOR GYRO STABILIZED BINOCULARS

Background - The U.S. Coast Guard has a requirement to procure Gyro stabilized binoculars with integrated image recording and twilight / low visibility capability. The requirement includes two (2) complete sets of stabilized binoculars, additional batteries, memory cards and ruggedized carrying case. The gyro stabilized binoculars will be evaluated at sea under various maritime conditions including, rain, fog, and salt spray.
Technical Requirements - The gyro stabilized binoculars must comply with the following parameters and operating characteristics:
Physical
Weight - Not to exceed 3.5 lbs (binocular only)
Dimensions (nominal) - 225mm (D) x 166 mm (W) x 83mm (H)
Dustproof / Waterproof to IP64 standards
Operating Temperature - - 10° C to +50° C ( 10°F to 122°F)
Battery Life - 200+ minutes
Eye Relief 20mm

Optical
Focal Length - 75mm to 150mm
Aperture -- f/2.8 to f/3.5
Manual zoom
Manual focus
Auto iris
Imaging Sensor - Color CMOS with day / night filter
Eyepiece Display - 720 x 480 pixels
Magnification Range - 7x to 12x minimum
Organic EL Panel Display
Image Capture
Motion JPEG 720 x 480 at 30 frames per second
Still Images 720 x 480
SDHC Memory Card for image storage - Min 32 GB per card; Class 10

Functions

Atmospheric interference reduction
Emphasized area selection
Twilight Mode
Electronic Image Stabilization
Exposure Compensation
Date / Time Setting
GPS Position
Electronic Compass

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 31 Jul 2015 at 4 PM
Location Unknown 01 May 2012 at 11 AM
Quantico Virginia 08 May 2006 at 4 AM
Saint augustine Florida 22 Aug 2008 at 11 AM
Albuquerque New mexico 18 Aug 2008 at 5 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Aberdeen Maryland 30 Jul 2025 at 4 AM (estimated)
Aberdeen Maryland 30 Jul 2025 at 4 AM (estimated)
Hill air force base Utah 26 Jul 2025 at 11 PM
Warner robins Georgia 11 Jul 2025 at 7 PM