Skip to main content

An official website of the United States government

You have 2 new alerts

FLIR A6751 high resolution short wave infrared (SWIR) and long wave infrared (LWIR) camera equipment

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)
  • Original Published Date: Aug 15, 2022 10:23 am EDT
  • Original Date Offers Due: Aug 25, 2022 03:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    MA 01760
    USA

Description

(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 being requested and a written solicitation will not be issued.

(ii) This solicitation, number W911QY22R0027, is issued as a Request for Quotation (RFQ) for a Firm-Fixed-Price (FFP) contract for FLIR A6750 SLS longwave camera and accessories.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-07 effective 08-10-2022.

(iv) This is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this acquisition is 334516 with a small business size standard of 1,000 employees.

(v) Line item numbers and items, quantities and units of measure are as follows;

1. CLIN 0001 – Part number 29439-251 FLIR A6751 SLS (7.5 - 10µm), 640x512, f/2.5, GigE, 125Hz; Quantity (1)

2. CLIN 0002 – Part number 4215501 50mm LWIR lens (7.5 - 12.0µm), f/2.5 (A67XX, X69XX, X85XX FPO Manual Bayonet); Quantity (1)

3. CLIN 0003 – Part number CALLW-STD LWIR Thermographic Calibration for -20°C to +350°C; Quantity (1)

4. CLIN 0004 – Part number 29437-261 CMRA A6261 NTx-GE InGaAs 120Hz; Quantity (1)

5. CLIN 0005 – Part number 4142569 Lens, SWIR, 50mm, F1.8, C- Mount; Quantity (1)

6. CLIN 0006 – Part number 4216093 100mm lens, 0.45-1.7µm, f/1.6, c-mount (A62XX SWIR); Quantity (1)

(g) Vendor quotation shall include any/all shipping costs to The US Army CCDC Soldier Center, General Greene Ave, Natick MA 01760.

(h) Shipping may either be included in the price of the items in each CLIN OR broken out into a separate CLIN, however, it is the responsibility of the offeror to specify.  If not specified, it will be assumed to be included in the price of each CLIN without further recourse from the offeror.

(vi) The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Natick Division requires the above FLIR A6750 SLS longwave camera and accessories. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.  Registration information can be found at www.sam.gov. 

(vii) Delivery is required as soon as possible, offerors should provide their best/earliest delivery date available to The US Army CCDC Soldier Center, General Greene Ave, Natick MA 01760.  Delivery Inspection and Acceptance by the Government at FOB Destination. 

(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition and is incorporated by reference into this RFQ. See section (xv) below for submission instructions.

(ix) The basis of award is lowest price technically acceptable.

(x) Offerors are to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications—Commercial Items – Alternate I, with its offer. 

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ.  The following additional FAR clauses cited in the clause are applicable to the acquisition;

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

52.204-23      Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018

52.209-10      Prohibition on Contracting with Inverted Domestic Corporations NOV 2015

52.219-28      Post-Award Small Business Program Representation JUN 2020

52.222-3        Convict Labor JUN 2003

52.222-19      Child Labor—Cooperation with Authorities and Remedies JUL 2020

52.222-21      Prohibition of Segregated Facilities APR 2015

52.222-26      Equal Opportunity SEP 2016

52.222-35      Equal Opportunity for Veterans JUN 2020

52.222-36      Equal Opportunity for Workers with Disabilities JUN 2020

52.222-37      Employment Reports on Veterans JUN 2020

52.222-50      Combating Trafficking in Persons OCT 2020

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

52.225-13      Restrictions on Certain Foreign Purchases JUN 2008

52.232-33      Payment by Electronic Funds Transfer—System for Award Management OCT 2018

52.233-3        Protest after Award AUG 1996

52.233-4        Applicable Law for Breach of Contract Claim OCT 2004

(xiii) The following additional FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference;

52.203-12      Limitation on Payments to Influence Certain Federal Transactions JUN 2020

52.204-7        System for Award Management OCT 2018

52.204-13      System for Award Management Maintenance OCT 2018

52.204-16      Commercial and Government Entity Code Reporting AUG 2020

52.204-18      Commercial and Government Entity Code Maintenance AUG 2020

52.204-19      Incorporation by Reference of Representations and Certifications DEC 2014

52.204-21      Basic Safeguarding of Covered Contractor Information Systems JUN 2016

52.204-24      Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020

52.204-25      Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020

52.204-26      Covered Telecommunications Equipment or Services-Representation OCT 2020

52.323-40      Providing Accelerated Payments to Small Business Subcontractors DEC 2013

52.247-34      F.o.b. Destination NOV 1991

52.252-1        Solicitation Provisions Incorporated by Reference FEB 1998

52.252-2        Clauses Incorporated by Reference FEB 1998

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  NOV 2011

252.204-7000   Disclosure of Information OCT 2016

252.204-7003   Control of Government Personnel Work Product APR 1992

252.204-7006   Billing Instructions OCT 2005

252.204-7009   Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016

252.204-7015   Notice of Authorized Disclosure of Information for Litigation Support MAY 2016

252.204-7016   Covered Defense Telecommunications Equipment or Services—Representation DEC 2019

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

252.204-7018   Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019

252.209-7004   Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism MAY 2019

252.211-7003   Item Unique Identification and Valuation MAR 2022

252.223-7008   Prohibition of Hexavalent Chromium JUN 2013

252.225-7001   Buy American and Balance of Payments Program—Basic DEC 2017

252.225-7002   Qualifying Country Sources as Subcontractors DEC 2017

252.225-7012   Preference for Certain Domestic Commodities DEC 2017

252.225-7048   Export-Controlled Items JUNE 2013

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

252.225-7056   Prohibition Regarding Business Operations with the Maduro Regime MAY 2000

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

252.232-7006   Wide Area Work Flow Payment Instructions DEC 2018

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

252.243-7001   Pricing of Contract Modifications DEC 1991

252.244-7000   Subcontracts for Commercial Items JUN 2013

252.244-7001   Contractor Purchasing System Administration--Alternate I MAY 2014

252.246-7007   Contractor Counterfeit Electronic Part Detection and Avoidance System  AUG 2016

252.246-7008   Sources of Electronic Parts MAY 2018

252.247-7022   Representation of Extent of Transportation by Sea JUN 2019

252.247-7023   Transportation of Supplies by Sea—Basic FEB 2019

This contract incorporates one or more clauses by reference, the full text of a clause may be accessed electronically at: https://www.acquisition.gov/

(xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition.

(xv) Quotations shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.civ@army.mil.  All quotations are due 25 August 2022 by 03:30:00 PM EST.  Quotations will only be accepted electronically via the email address provided above.

All questions related to this RFQ shall be submitted in writing not later than 19 August 2022 by 03:30:00 PM EST to Yvette Daltorio via email at yvette.m.daltorio.civ@army.mil.

(xvi) For information regarding this combined synopsis/solicitation, please contact;

Yvette Daltorio, Contract Specialist

Email:  yvette.m.daltorio.civ@army.mil

Contact Information

Contracting Office Address

  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA

Primary Point of Contact

Secondary Point of Contact





History