Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

78 -- VIDEO GAME EQUIPMENT

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-04-T-0143
 
Response Due
4/16/2004
 
Archive Date
7/31/2004
 
Point of Contact
Anne Ditch, Contract Specialist, Phone 904 542-0472, Fax 904 542-1095, - Arleen Starks, Contract Specialist, Phone (904) 542-0471, Fax (904) 542-1095,
 
E-Mail Address
anne_t_ditch@jax.fisc.navy.mil, Arleen_L_Starks@jax.fisc.navy.mil
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-04-T-0143 applies and is issued as a Request for Quotation. On behalf of Naval Personnel Command, Millington the Fleet & Industrial Supply Center, Jacksonville, Florida intends to procure on an unrestricted basis, Video Game System equipment for fleet personnel. The North American Industry Classification System (NAICS) code is 334310 and the business size standard is 750 employees. A firm fixed price supply contract is contemplated. Only vendors registered in Central Contractor Registration (CCR) will be considered for award. See www.ccr.gov for more information. Offerors that download this combined synopsis from the web site must monitor the site for amendments. . FISC Jacksonville intends to conduct a Reverse Auction on or about 23 April 2004. Attached is information regarding the Reverse Auction process. All responsible sources may submit a quotation that shall be considered by the agency. 0001 VIDEO GAME EQUIPMENT Ship to: COMNAVAIRPAC MWR, Bldg. 651, Bay 2, San Diego, CA 92135 Mark For: CNAP, Code N412, Bldg 315, San, Diego, CA 92135 Quantities UNIT PRICE TOTAL 0001AA Game System console 50 ___________ ___________ 0001AB Controller 50 ___________ ___________ 0001AC Game: Downhill Domination 50 ___________ ___________ 0001AD Game: JAK II 50 ___________ ___________ 0001AE Game: SOCOM II M 50 ___________ ___________ 0002 VIDEO GAME EQUIPMENT Ship to: FISC Puget Sound, DDPW, Bldg. 487, 467th ?W? St. Door B, Bremerton, WA 98314 Mark For: MWR Dept., 120 S. Deway St., Bldg. 434, Bremerton, WA Quantities UNIT PRICE TOTAL 0002AA Game System console 50 ___________ ___________ 0002AB Dual Shock Controller 50 ___________ ___________ 0002AC Game: Downhill Domination 50 ___________ ___________ 0002AD Game: JAK II 50 ___________ ___________ 0002AE Game: SOCOM II M 50 ___________ ___________ 0003 VIDEO GAME EQUIPMENT Ship to: Supply Dept. Receiving Office, Bldg. 1554, Mayport, FL 32228 Mark For: MWR Fleet Recreation, Masey Ave, Bldg 414, Mayport 32228 Quantities UNIT PRICE TOTAL 0003AA Game System console 50 ___________ ___________ 0003AB Dual Shock Controller 50 ___________ ___________ 0003AC Game: Downhill Domination 50 ___________ ___________ 0003AD Game: JAK II 50 ___________ ___________ 0003AE Game: SOCOM II M 50 ___________ ___________ 0004 VIDEO GAME EQUIPMENT Ship to: MWR Fleet Recreation, Aircraft Tow Way, Bldg. M114, Norfolk, VA 23511 Quantities UNIT PRICE TOTAL 0004AA Game System console 150 ___________ ___________ 0004AB Dual Shock Controller 150 ___________ ___________ 0004AC Game: Downhill Domination 150 ___________ ___________ 0004AD Game: JAK II 150 ___________ ___________ 0004AE Game: SOCOM II M 150 ___________ ___________ 0005 VIDEO GAME EQUIPMENT Ship to: Defense Distribution Depot San Diego, 2680 Woden St., Bldg 3304, San Diego, CA 92136 Mark For: MWR Fleet Recreation, 2376 Recreation Way, San Diego, CA 92135 Quantities UNIT PRICE TOTAL 0005AA Game System console 100 ___________ ___________ 0005AB Dual Shock Controller 100 ___________ ___________ 0005AC Game: Downhill Domination 100 ___________ ___________ 0005AD Game: JAK II 100 ___________ ___________ 0005AE Game: SOCOM II M 100 ___________ ___________ 0006 VIDEO GAME EQUIPMENT Ship to: Navy Personnel Command, 7738 Kitty Hawk Ave, Lassen Bldg., Code 661C, Millington, TN 38054 Quantities UNIT PRICE TOTAL 0006AA Game System console 110 ___________ ___________ 0006AB Dual Shock Controller 110 ___________ ___________ 0006AC Game: Downhill Domination 110 ___________ ___________ 0006AD Game: JAK II 110 ___________ ___________ 0006AE Game: SOCOM II M 110 ___________ ___________ SPECIFICATIONS: Brandname or Equal to: SONY PlayStation II (PS2) brand applies to all CLINs contained within this combined synopsis/solicitation. To include: Expandable memory; Designed to accept a variety of controllers; Compatible with a multi-player adaptor; Inter-operable with either a television or game screen; Integral audio output jacks to connect to external speakers; Capable of playing Sony PlayStation 2 video games. DELIVERY: Each CLIN and the associated sub CLINS shall be delivered to the individual activity in one lump sum to the ship to address specified, the MARKFOR address shall be included on the packaging. Delivery shall take place within 30 days after contract date. Partial shipments will not be accepted by the individual activities. Point of contact information for each location will be provided after award. ADDITIONAL INFORMATION: Vendors shall submit quotes F.O.B. Destination. Parties responding to this request for quotation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items with their offer. Vendors electing to utilize this form shall ensure that all information requested is submitted with their quote. The following FAR clauses apply to this combined synopsis/solicitation and are incorporated by reference: 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offers-Commercial (OCT 2000) applies to this acquisition. 52.212-2 Evaluation-Commercial Items (JAN 1999) 52.212-3 Offeror representations/Certifications-Commercial Items (JUL 2002) 52.212-4 Contract Term and Conditions ? Commercial Items (FEB 2002), applies to this acquisition. 52.233-2 Service of Protest (AUG 1996) 52.247-34 F.O.B. Destination The following FAR clauses/provisions apply to this combined synopsis/solicitation and are incorporated by full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. The following Defense FAR Supplement(DFAR) clauses apply to this solicitation and are incorporated by reference: DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.209-7004 Subcontracting with Firms that are owned or Controlled by the Government of a Terrorist Country (MAR 1998) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3-3 Gratuities (APR 1984), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225-7036 Buy American Act?North American Free Trade Agreement Implementation Act ? Balance of Payment Program (APR 2003), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 1998). DFAR 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate (APR 2003) UNIT PRICES: Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. INVOICE NUMBER: In accordance with Title 5 of the Code of Federal Regulations (CFR), Part 1315, Prompt Payment, Final Rule, a vendor?s invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. MARK FOR ADDRESS: Vendors are required to include the Order Number as part of the shipping address. (Block 2 ?Delivery Order Number? of Form DD 1155 or Block 2 ?Contract Number of SF 1449.) PROHIBITED PACKING MATERIALS: The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical (capability of the contractor to meet the government requirement), and Past Performance. The Government reserves the right to judge which proposals show the required capability. The Government also reserves the right to eliminate from further consideration those proposals considered unacceptable and not capable of being made acceptable without rewrites or revisions. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Quotations must be received no later than 1:00 P.M on 16 April 2004. Quotations must be in writing and emailed or mailed to the following: Fleet & Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Attn: Anne Ditch. Telephone 904-542-0472, EMAIL: Anne_T_Ditch@jax.fisc.navy.mil. 1.0 Price ? Dynamic Pricing Event Revised prices will be submitted during a competitive, anonymous, on-line reverse auction (Dynamic Pricing Event). The Dynamic Pricing Event will be conducted on or about 23 April 2004. Offerors will be notified of the specific time prior to 23 April 2004. Not withstanding FAR 52.215-5, Offerors will submit revised pricing only through the online mechanism supplied by Procuri.com. Offerors will not submit revised pricing via any other mechanism including but not limited to post, courier, fax, E-mail, or orally unless specifically requested by the Contracting Officer. 1.1 Prior to the Dynamic Pricing Event Offerors shall submit initial price proposals to FISC Jacksonville by 1:00 p.m. 16 April 2004 and complete the registration process through Procuri.com (http://www.govauctions.procuri.com) in accordance with the established procedures and guidelines. Procuri.com will provide training for the Dynamic Pricing Event (DPE). Additional information and instructions are provided in Attachment A. 1.2 During the Dynamic Pricing Event Electronic offers shall be submitted by Offerors during the DPE period. Offerors, however, are not required to revise their initial pricing proposal during the DPE. This DPE shall constitute discussions with the offeror. The DPE will be conducted for a time period of 30 minutes. If an offer is submitted within the last five minutes of the time period, the time period shall be extended for an additional three minutes beyond the time of that offer (provided the offer was the lowest offer received). The time period shall be extended for additional three-minute periods (up to an unlimited number of three-minute extension periods) if a lower offer is submitted within the last three minutes. The end of the last three minutes, during which revised offers are permitted as addressed in this paragraph, shall be considered the close of discussions. The final price revision during the DPE will be considered the Offeror?s Final Price Submission. The Contracting Officer reserves the right to award upon initial price proposals, and may elect not to conduct a DPE. 1.3 After the Dynamic Pricing Event No price revisions will be accepted after the close of the DPE, unless discussions are held and final proposal revisions are requested in accordance with FAR 15.307. 1.4 Agreement by the Offerors Submission of a proposal in response to the solicitation will be considered consent to participate in the Dynamic Pricing Event and to reveal their prices in anonymity during the DPE. By participating in the DPE, offerors agree that the only knowing disclosure by the offeror of its price to any other offeror will be during the DPE. The offeror further agrees that disclosure by the offeror of its prices during the DPE shall not be for the purposes of restricting competition.
 
Place of Performance
Address: San Diego, CA, Bremerton, WA, Mayport, FL, Norfolk, VA, Millington, TN
Zip Code: 38054
Country: United States
 
Record
SN00561953-W 20040409/040407212726 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.