Nevada Bids > Bid Detail

NTTR Laser Eye Protection (LEP)

Agency:
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159599709179589
Posted Date: Mar 7, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/af981c926f...
Follow
NTTR Laser Eye Protection (LEP)
Active
Contract Opportunity
Notice ID
F3G0CA4061AW01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4861 99 CONS LGC
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 (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 07, 2024 08:19 am PST
  • Original Date Offers Due: Mar 15, 2024 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 339115 - Ophthalmic Goods Manufacturing
  • Place of Performance:
    Nellis AFB , NV 89191
    USA
Description

This is a combined synopsis/solicitation, which is expected to result in an award of a “Firm-Fixed Price” contract for a commercial item, i.e. The combined synopsis/solicitation is prepared in accordance with the procedures in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government intends to award one contract to the responsible offeror who submits a quote that (1) conforms to the requirements of the synopsis/solicitation; (2) that receives a rating of “Acceptable” on the Technical Capability evaluation factor; and (3) that submits the quote with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or to make no award at all depending upon (1) the quality of quotes received and (2) whether proposed prices are determined to be fair and reasonable.





1. The solicitation number is F3G0CA4061AW01. This solicitation is issued as a Request for Quote (RFQ).



2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, effective 23 February 2024.



3. This combined synopsis/solicitation is being issued as 100 % Total-Small Business set-aside, and the associated NAICS code is 339115 – Ophthalmic Goods Manufacturing, Small Business Size Standard 1,000 employees.



4. Below are the contract line-item number(s) “CLIN”.




  1. CLIN 0001 – Laser Eye Protection (LEP) Kits [Qty.: 67]



THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the “or equal” designation.



5. Description of requirement for the item to be acquired



*See Attachment 1 for full specifications



a) Delivery Date: 90 Days ARO



b) Delivery/Ship to Location: Nellis AFB, NV



c) Inspection and acceptance: FOB destination



FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023)



REQUIREMENTS. All quotes shall include the following minimum information: Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. To ensure your quote along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time.



OFFER DUE DATE. Offers are due on Friday, 15 March 2024 at 10:00 am PST. Only electronic offers submitted via email will be considered for this requirement. Submit offers to Mrs. Erin Lilly at erin.lilly.1@us.af.mil.



(End of Provision)



FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021)



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest-priced, technically acceptable. This is an “all or none” requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.



Technical Acceptable/Unacceptable Ratings---



Acceptable: Offeror’s quote clearly meets the requirement as stated in the solicitation and all attachments.



Unacceptable: Offeror’s quote does not meet the requirement as stated in the solicitation and all attachments.



(b) 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.



(End of Provision)



FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):



http://www.acquisition.gov/



(End of clause)



PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE



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



FAR 52.212-3 - Offeror Representations and Certifications—Commercial Products and Commercial Services (Nov 2023)



FAR 52.212-4 - Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023)



FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Dec 2023)



FAR 52.219-1 - Small Business Program Representations (Sep 2023)



DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (Jan 2023)



DAFFARS 5352.201-9101 - Ombudsman (Jul 2023)



DAFFARS 5352.242-9000 - Contractor Access to Air Force Installations (Jul 2023)



List of Attachments



Attachment 1 - LEP Salient Characteristics




Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2024 08:19 am PSTCombined 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 >