Combined Synopsis/Solicitation
Solicitation Number: FA461322QBSERVCAE
Purchase Description: BSERV Mast Camera
“Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under
this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before
or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to
reimburse an offeror for any costs.”
This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the
format in FAR 12.6, as supplemented with additional information included in this notice. This
announcement constitutes the only solicitation/notice; responses/quotes are being requested, further
written solicitation will not be issued. This solicitation will be posted to Sam.Gov (FBO) web-site as a
100% Small Business Set Aside.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461322QBSERVCAE,
as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified
Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this
procurement is 334220, with a small business standard of 1250 Employees.
The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and
incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC)
2022-07 effective 10-Aug-22, Defense Federal Acquisition Regulation Change Number 20220623
effective 23-Jun-22 and Air Force Federal Acquisition Regulation Supplement AFAC 2022-0701
effective 7/1/2022
DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.
**Quotes must be valid for through 31 Dec 2022 **
CLIN 0001: BSERV MAST Camera with features:
- Vehicle mounting options
- ±75’ length of cabling (enough to reach control station inside vehicle from 20’ mast)
- IP67 dust/water resistance
- Operating temperature range of -30 to +120 degrees F minimum
- Must operate in 75mph wind
- 360 degree continuous azimuth rotation capable
- Elevation +/- 45 degrees minimum
- Digital recording capability to stand alone laptop or supplied system
- Output capability to 12” computer monitor or supplied monitor similar size.
- Camera unit must fit within 18” x 18” footprint when stowed for movement
- Handheld controller
Visible video camera capabilities:
- 1920x1080 resolution minimum
- 60 frames/sec minimum
- 30x optical continuous zoom minimum
- Automatic and manual iris/gain control
- Automatic and manual focus
- Electronic image stabilization
Night vision/thermal camera capabilities:
- 640x480 resolution with 12x zoom (optical or digital or combination) minimum
- Electronic image stabilization
**Must provide training and operational manual.**
Quantity: 1 Unit of Issue: Each (price is to include shipping cost)
Quoted Unit Price: $__________________ Quoted Total Price: $___________________
Quoted Total Price: $ ________________
CLIN 0002: InstallationQuantity: 1 Unit of Issue: Each (price is to include shipping cost)
Quoted Unit Price: $__________________ Quoted Total Price: $___________________
Overall Total Price: $ ________________
DELIVERY DATE(S): 90 Days after award of Contract.
PLACE OF DELIVERY: F.E. Warren AFB, Wyoming.
Quotes MUST be received no later than 20 September 2022; 10:00 AM MDT by e-mail to
luis.reyna@spaceforce.mil and troy.johnson.19@us.af.mil.
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM)
at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for
award.
APPLICABLE FAR CLAUSES:
All applicable Provision/Clauses can be found in the attached document. The following are
instructions and evaluation factors pulled from the Provision/Clauses document specific to this
combined synopsis solicitation for easier viewing for the vendor.
FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--
COMMERCIAL ITEMS
(m)
(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1
shall be solved by giving precedence to the Addendum to FAR 52.212-1.
(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if
desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems
appropriate.
(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean
“quoter” and “quote,” respectively. Further, the term “award” shall be understood to
describe the Government’s issuance of an order.
(4) The Government will consider all quotes that are timely received and may consider late
quotes. Failure of a quote to address any items required in the submission package may
make a quote unacceptable.
(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters
shall provide the following, as part of the quote submission package, no later than the required
time and date for quote submission:
(1) Completed prices with all areas completed with any additional services necessary, as
appropriate.
(2) Total Firm Fixed price
(3) Any Discount Terms
(4) Technical Submission Requirements: Quoter to provide documentation or descriptive
literature on commodities’ characteristics.
FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most advantageous to the Government,
price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered: meets the Government requirement/specifications
as identified within each CLIN.
(ii) price: Award will be made to the lowest price technically acceptable. No additional
information from the offeror will be required if the price is based on adequate price
competition. In the event adequate price competition does not exist, the contracting officer
will obtain information from the offeror to the extent required to determine the
reasonableness of the offered prices.
(c) 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)
AFFARS 5352.201-9101 AFGSC Ombudsman 2019-10
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from
offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will
maintain strict confidentiality as to the source of the concern. The existence of the ombudsman
does not affect the authority of the program manager, contracting officer, or source selection
official. Further, the ombudsman does not participate in the evaluation of proposals, the source
selection process, or the adjudication of protests or formal contract disputes. The ombudsman
may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns,
issues, disagreements, and/or recommendations to the contracting officer for resolution.
Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g.,
agency level bid protests, GAO bid protests, requests for debriefings, employee-employer
actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the
ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the
Director of Contracts, Air Force Installation Contracting Center, Operating Location – Global
Strike (AFICC/KG OL-GSC) via the following e-mail workflow address:
ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that
cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by
the interested party for further consideration to the Air Force ombudsman, Associate Deputy
Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington
DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or
clarify technical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
Attachment 1 – Provisions and Clauses