SOLICITATION NOTICE
58 -- MP3 Player
- Notice Date
- 1/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334612
— Prerecorded Compact Disc (except Software), Tape, and Record Reproducing
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N68836-07-R-0015
- Response Due
- 1/26/2007
- Archive Date
- 12/31/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-07-R-0015 applies and is as a Request for Proposal. This procurement is 100% Small Business Set-Aside. This announcement constitutes the request for the required material under RFP the North American Industry Classification System (NAICS) Code is 334612; and the Small Business Size Standard is 750 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. CLIN 0001 is for 1,200 MP3 Players (supports digital audio format MP3), which are to be purchased for and delivered to the Navy Information Operations Command?s 12 locations (see attached). FOB Destination. Delivery is 30 days or sooner after award of the contract. The MP3 Players specifications: Shall be new. Color: Black, Height: 4.1 inches, Width: 2.4 inches, Depth: 0.55 inch, Weight: 5.5 ounces. MP3 Players shall include the following: Earphones, USB 2.0 cable, Dock adapter for use with Universal Dock, Case, Quick Start guide. Capacity: 80GB hard drive, holds up to 20,000 songs in 128-Kbps AAC format(2), holds up to 25,000 viewable photos(3), holds up to 100 hours of video(4), and stores data via USB hard drive. Display: 2.5-inch (diagonal) QVGA transflective, over 65,000-color liquid crystal display with white LED backlight; 320 by 240-pixel resolution, .156-mm dot pitch and support for display of multiple languages and characters simultaneously. Audio: Frequency response: 20Hz to 20,000Hz. Audio formats supported: AAC (16 to 320 Kbps), Protected AAC, MP3 (16 to 320 Kbps), MP3 VBR, Audible (formats 2, 3 and 4), Lossless, AIFF and WAV, User-configurable maximum volume limit. Video: Video formats supported: H.264 video, up to 1.5 Mbps, 640 by 480 pixels, 30 frames per sec., Low-Complexity version of the H.264 Baseline Profile with AAC-LC audio up to 160 Kbps, 48 kHz, stereo audio in .m4v, .mp4, and .mov file formats; H.264 video, up to 768 Kbps, 320 by 240 pixels, 30 frames per sec., Baseline Profile up to Level 1.3 with AAC-LC audio up to 160 Kbps, 48 kHz, stereo audio in .m4v, .mp4, and .mov file formats; MPEG-4 video, up to 2.5 Mbps, 640 by 480 pixels, 30 frames per sec., Simple Profile with AAC-LC audio up to 160 Kbps, 48 kHz, stereo audio in .m4v, .mp4, and .mov file formats. Dock connector, S-video output, built-in rechargeable lithium ion battery. Playback time (80GB model): Music playback time: Up to 20 hours when fully charged. Photo slideshow with music viewing time - up to 6 hours when fully charged. Video playback time - up to 6.5 hours when fully charged. Headphones: Earphones, Frequency response: 20Hz to 20,000Hz; Impedance: 32 ohms. Mac system requirements: Macintosh computer with USB 2.0 port, Mac OS X v10.3.9 or later, iTunes 7 or later (5). Windows system requirements: PC with USB 2.0, Windows 2000 with Service Pack 4 or later, or Windows XP Home or Professional with Service Pack 2 or later, iTunes 7 or later(5). Languages: Czech, Danish, Dutch, English, Finnish, French, German, Greek, Hungarian, Italian, Japanese, Korean, Norwegian, Polish, Portuguese, Russian, Simplified Chinese, Spanish, Swedish, Traditional Chinese, and Turkish. Additional language support for display of song, album and artist information: Bulgarian, Croatian, Romanian, Serbian, Slovak, Slovenian, and Ukrainian. Environmental requirements: Operating temperature: 32? to 95? F (0? to 35? C), Nnoperating temperature: -4? to 113? F (-20? to 45? C), Relative humidity: 5% to 95% noncondensing, maximum operating altitude: 10,000 feet (3000 m) FAR and DFAR CLAUSES INCORPORATED BY REFERENCE 52.204-6 Data Universal Numbering System (DUNS) Number OCT 2003 52.204-7 Central Contractor Registration JUL 2006 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.229-3 Federal, State And Local Taxes APR 2003 52.247-34 F.O.B. Destination NOV 1991 252.204-7006 Billing Instructions OCT 2005 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 1998 252.225-7012 Preference For Certain Domestic Commodities JUN 2004 252.225-7013 Duty-Free Entry OCT 2006 Preference For Certain Domestic Commodities Duty-Free Entry JUN 2004 OCT 2006 252.232-7010 Levies on Contract Payments SEP 2005 FAR AND DFAR CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (NOV 2006). Within 52.212-5, the following clauses: 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.225-1 Buy American Act--Supplies JUN 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.215-5 Facsimile Proposals OCT 1997 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2006). Within 252.212-7001: 52.203-3 Gratuities APR 1984 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 LOCAL CLAUSE NBZ039 Wide Area Work Flow (WAWF) Supply: INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding \ENTER YOUR SITE NAME HERE\ is provided for completion of the invoice in WAWF: Issuing Office DODAAC: \??????\ Admin DODAAC: \??????\ Acceptor DODAAC: \??????\ LPO DODAAC: \??????\ Pay DODAAC: \??????\ The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. NBZ038 SUPPLY CLAUSES The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil 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. 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). INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (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. FREEDOM OF INFORMATION ACT (FOIA) 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. COMMERCIAL ITEM TEST PROGRAM This acquisition will be accomplished under the authority of the test program for commercial items ?Section 4202 of the Clinger-Cohen Act of 1996?, as implemented by FAR 13.5. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation 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 TD number 6) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items and 252.212-7000 Offeror Representations and Certifications?Commercial Items (JUN 05) with their offer. Offerors must submit descriptive literature on their product The Government reserves the right to make an award on an all or none basis. This solicitation will be evaluated on the (1) PRICE and (2) PAST PERFORMANCE. Past Performance is approximately equal to price. The Government intends to make a single award to the responsible offeror that meets all the requirement in the solicitation, past performance and lowest overall price. The Government will verify past performance information by means of a past performance survey. It is also available for download from the Federal Business Opportunities web page. This survey should be sent to the contracting offices of each of the contracts you are using for your past performance information. Please ask them to have someone familiar with the contract (i.e. COR, Contract Administrator) complete the survey and submit it to Fleet and Industrial Supply Center (FISC) Jacksonville directly. Evaluation of past performance is separate and distinct from the Contracting Officer?s responsibility determination. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the RFP and as a measure of performance risk for this contract award. All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Proposals must be received no later than 2:00 P.M, 26 January 2007. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet and Industrial Supply Center Jacksonville, attn: Tisa Clark, 110 Yorktown Ave, bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 542-1098, Telephone: (904)542-1248, Email: tisa.clark@navy.mil.
- Place of Performance
- Address: CID Corry Station, N8, 640 San Carlos Road., Bldg 3581, Pensacola, FL
- Zip Code: 32508
- Country: UNITED STATES
- Zip Code: 32508
- Record
- SN01216865-W 20070124/070122221025 (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 |