Federal Bid

Last Updated on 26 Nov 2018 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

58--INL/Belize Night Vision Goggles and Thermal Binoculars

Solicitation ID JDLRFQ24
Posted Date 15 May 2018 at 3 PM
Archive Date 26 Nov 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Grants, Acquisitions, Procurement And Policy Division (Inl/Rm/Gapp)
Agency Department Of State
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is JDLRFQ24 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-05-30 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work.

The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Brand Name or Equal, to the following:
LI 001: DIGITAL THERMAL SMART BINOCULAR (BRAND NAME OR EQUAL) Reference Statement of Work, 1, EA;
LI 002: DIGITAL THERMAL SMART MONOCULAR (BRAND NAME OR EQUAL) Reference Statement of Work, 1, EA;
LI 003: NIGHT VISION GOGGLES (BRAND NAME OR EQUAL) Reference Statement of Work, 1, EA;
LI 004: NIGHT VISION MONOCULAR (BRAND NAME OR EQUAL) Reference Statement of Work, 1, EA;
LI 005: Shipping Reference Statement of Work, 1, LT;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, DOS International Narcotics Law Enforcement Affairs - Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOS International Narcotics Law Enforcement Affairs - Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
If this is a “Brand Name Only� procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es).

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to [email protected].

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Bids must be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

Shipping must be free on board (FOB) destination OCONUS (Outside Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Jun 2021 at 12 PM
Fairfax Virginia 21 Aug 2020 at 7 PM
Fairfax Virginia 21 Aug 2020 at 7 PM
Location Unknown Not Specified

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Richmond Virginia 10 Jul 2025 at 7 PM
Location Unknown 16 Jan 2028 at 5 PM