Notice of intent to award a sole source contract to FARO TECHNOLOGIES, INC
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
The RFQ number is N68836-17-R-0035. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.
The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
This is a Sole Source Brand Name action with FARO TECHNOLOGIES, INC THE FLEET LOGISTIC CENTER JACKSONVILLE KINGS BAY DETACHMENT request responses from qualified sources capable of providing the required material. Method of Payment is via GOVERNMENT CREDIT CARD.
Item# 001 - Vantage-S iADM Laser Tracker without camera, without wifi, IP52 INSTRUMENT WITH PRECISION LEVEL AND INTEGRATED WEATHER STATION CABLE KIT WITH 10M COMMUNICATION CAT6 CABLE AND 3M REMOTE AIR TEMP SENSOR CABLES CABLE CASE CALIBRATION TRIPOD LIGHTWEIGHT QUICK RELEASE MANDREL TRACKER CASE MOBILE DEVICE DOCUMENTATION POWER SUPPLY USB FLASH DRIVE WITH UTILITY SOFTWARE POWER CORD GLUE GUN AND GLUE STICKS.
ONE YEAR MANUFACTURERS GUARANTEE INCLUDED. ITEM# C-KIT-09909-030-00
Item# 002 - Standard Battery Kit, INCLUDES BATTERY MODULE WITH 2 HOT-SWAPPABLE BATTERIES SINGLE BATTERY CHARGER WITH MOUNTING PLATE AND HANGER HOOK.FOR VANTAGE S and E TRACKER ONLY. ITEM# C-ACC-08989-000-00
Item# 003 - Target Tool Kit, Inches, Soft case, SET INCLUDES: (10) 1.5IN SMR DRIFT NESTS(2) 1.5INPIN NESTS NEG 1/8IN and 1/4IN PIN (1) 1.5IN SHANKLESS NEST WITH NEGATIVE CUT (1) 1.5IN LARGE END ADAPTER (1) 5IN BAR EXTENSION (1) 10IN BAR EXTENSION (1) HARD POINT (1) .5IN CONSTRUCTION BALL WITH .25IN SHANK (1) TOOLING BALL ADAPTER (1) PIN NEST FOR BAR EXTENSION WITH .25IN SHANK (1) OFFSET PLATE 3INX2INX.25IN WITH .25IN DIA HOLE (2) 1.5IN NEGATIVE DRIFT NEST (1) CENTER PUNCH ADAPTER WITH TRANSFER PUNCH (1) POLE ADAPTER (1) MAGNETIC HANDLE FOR .5IN SMR ITEM# C-ACC-05455-002
Item# 004 ââ¬â Basic CAM2 Measure Training, 3 DAY COURSE WITH 2 DAYS OF BASIC PRODUCT FUNDAMENTS AND A THIRD DAY OF ADVANCED AND APPLICATION SPECIFIC TOPICS.
DISCUSSES FARO TRACKER SETUP CAM2 MEASURE BASIC MEASUREMENTS WORKING WITH NOMINALS CAD TO PART INSPECTION AND PROGRAMMING. TRAINING TO BE CONDUCTED AT AN APPROVED FARO TRAINING FACILITY. PRICED PER PERSON. NOTE: CLASSROOM TRAININGS ARE LIMITED TO 8 PEOPLE AND ARE SCHEDULED ON A FIRST COME FIRST SERVED BASIS. CLASSES CAN BE CANCELED WITHIN TWO WEEKS OF THE SCHEDULED DATE IF SUFFICIENT ENROLLMENT IS NOT MET. TRAINING MUST BE TAKEN WITHIN 90 DAYS OF PURCHASE. ITEM# TR-TRK-F
BRAND NAME: Parts or components described herein by reference to a manufactures name and/or part number and nomenclature shall be furnished in strict accordance with the manufactures published data relating to said supplies except to the extent otherwise specified in this contract.
Complete interchangeability of parts with original equipment is mandatory. There is insufficient time to obtain and analyze data to insure interchangeability of parts if other than the brand name parts specified are furnished; therefore, Request for Quotes (RFQ) offering parts of other than supplier referenced will be rejected. The offeror warrants that parts to be delivered hereunder will be of the part number(s) and supplier specified.
The following FAR provision and clauses are applicable to this procurement:
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 SAM Maintenance
52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision];
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply];
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ââ¬â Commercial
Items [select and list the clauses that apply].
52.204-10 Reporting Executive Compensation
52.209-6 Protecting the Governmentââ¬â¢s Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-28 Post Award Small Business Program Representations
52.222-3 Convict Labor
52.222-19 Child Laborââ¬âCooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer SAM
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business.
52.239-1 Privacy or Security Safeguards
Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes.
All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
[list all applicable DFARS clauses from 212.301(f)]
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.232-7010 Levies On Contract Payments
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
Bid Protests Not Available