SOLICITATION NOTICE
67 -- Nikon D200 Camera Outfit (Product No: 9995)
- Notice Date
- 8/17/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230
- ZIP Code
- 96853-5230
- Solicitation Number
- F2CFSQ6166A100
- Response Due
- 8/23/2006
- Archive Date
- 9/7/2006
- Small Business Set-Aside
- Total Women-owned Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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. (ii) This solicitation will be issued as a request for quotation (RFQ) under the following PR number: F2CFSQ6166A100. (iii) This PR and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-05. (iv) This acquisition is set-aside 100% FOR WOMEN-OWNED SMALL BUSINESS concerns. The applicable NAICS is 423410, and the small business size standard is 100 Employees. (v) This RFQ contains one (1) contract line item (CLIN): 0001 Nikon D200 Camera Outfit (Product No: 9995) supplied with; D200 Camera Body (#2159); 18-200mm f3.5-5.6G EDIF AF-S DX VR Zoom-Nikkor lens; EN-EL3e Rechargeable Li-ion Battery; MH-18a Quick Charger; EG -D100 Video Cable; UC-Ee USB Cable; AND 200 strap; BF-1A Body Cap; DK-5 Eye Piece Cap; DK-12 Rubber Eyecap; BM-6 LCD Monitor Cover; Accessory Shoe Cover; Nikon Picture/Project Software CDROM; 18-200mm Lens Filter Size - 72mm. Quantity of ten (10)-each. No additional descriptions are applicable. (vi) The Government requires delivery of all items and quantities specified herein NO LATER THAN 14 days after receipt of order. Delivery location is Honolulu, Hawaii. Shipping shall be FOB DESTINATION. Specific shipping address information will be provided to the vendor who receives award. (vii) Acceptance will be performed by the Government. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. However, multiple offers will not be considered and only one award will be made. All offers must include a completed copy of their ORCA. (ix) The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (See Attached). (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002), All offers must include a completed copy of this provision. (See Attached). 52.219-6 -- Notice of Total Small Business Set-Aside; 252.204-7004 ? Required Central Contractor Registration; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -- The following additional clause(s) cited in this clause are also applicable: 252.225-7001 -- Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 ? Qualifying Country Sources As Subcontractors. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Use of Wide Area Workflow electronic invoicing is the preferred method of invoice submission and payment and vendors should register via https://rmb.ogden.disa.mil. (xiii) The full text of clauses and provisions can be accessed at he following web address: http://farsite.hill.af.mil/. (xvi) All offers are due to the 15th Contracting Squadron no later than 4:30 pm Hawaii Standard Time on Wednesday, 23 August 2006. Any offers received after this time will not be accepted or considered. (xv) Offers are to be e-mailed to Ms Nancy Barnett at nancy.barnett@hickam.af.mil. Or they can be FAXed to (808) 449-7026, clearly marked with this RFQ reference number, F2CFSQ6166A100, ATTN: Ms Nancy Barnett. For further information contact Ms Nancy Barnett, (808) 449-6860 extension 605. (xvii) Offerors are required to include in their companies quote the following information: Cage Code, DUNS Number, Tax ID Number (TIN), Prompt Payment Terms (if other than Net 30), Delivery terms and conditions. See Attached quote sheet.
- Place of Performance
- Address: HICKAM AFB, HI
- Zip Code: 96853
- Country: UNITED STATES
- Zip Code: 96853
- Record
- SN01118200-W 20060819/060817221401 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |