Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

58 -- Jalapeno Cameras

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 174 FW/LGC, 6001 E. MOLLOY ROAD, SYRACUSE, New York, 13211-7099
 
ZIP Code
13211-7099
 
Solicitation Number
W912PQ-0001-0001_JalapenoCameras
 
Archive Date
9/1/2010
 
Point of Contact
Leanne S Holmes, Phone: 3152332591
 
E-Mail Address
leanne.holmes@ang.af.mil
(leanne.holmes@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W912PQ-00001-0001 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: Aug 11, 2010 8:00 am DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912PQ-0001-0001 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as 100% Small Business Set-Aside, the North American Industry Classifications System Code (NAICS) is 333315 and the size standard is 500 employees. SPECIFICATIONS: The 174th FW Syracuse NY, 13211 has a requirement to purchase the following: Two (2 Each) JAL-HRV 100, Jalapeno Dual Day / Thermal Imaging Camera with 24 VAC Power Supply, Wall and Pole Mounts "or equal". Include shipping charges with your bid. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.farsite.hill.af.mil and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (3) FAR 52.204-7 Central Contractor Registration; (4) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (5) FAR 52.211-6 Brand Name or Equal; (6) FAR 52.212-1 Instructions to Offerors - Commercial Items; (7) FAR 52.212-2 Evaluation - Commercial Items; (8) FAR 52.212-3 ALT 1 Offeror Representations and Certifications - Commercial Items; (9) FAR 52.212-4 Contract Terms and Conditions - Commercial Items; (10) FAR 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government; (b) FAR 52.219-6 Notice of Total Small Business Set-Aside; (c) FAR 52.219-8 DEV Utilization of Small Business Concerns (Deviation 2009-O0009); (d) FAR 52.219-14 Limitations on Subcontracting; (e) FAR 52.219-28 Post Award Small Business Program Representation; (f) FAR 52.222-3 Convict labor; (g) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (h) FAR 52.222-21 Prohibition of Segregated Facilities; (i) FAR 52.222-26 Equal Opportunity; (j) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (k) FAR 52.222-36 Affirmative Action for workers with Disabilities; (l) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; ( m) FAR 52.222-50 Combating Trafficking in Persons; (n) FAR 52.222-99 DEV Notification if Employee Rights Under National Labor Relations Act (Deviation 2010-O0013); (o) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (p) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (q) FAR 52.233-3 Protest After Award; (r) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (11) FAR 52.232-18 Availability of Funds; (12) FAR 52.233-2 Service of Protest; (13) FAR 52.252-2 Clauses Incorporated by Reference; (14) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; (15) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (16) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (17) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; (18) DFARS 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within DFARS 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; (b) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (c) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (d) DFARS 252.247-7023 Transportation of Supplies by Sea; (19) DFARS 252.211-7003 Item Identification and Valuation; (20) DFARS 252.225-7014 Preference for Domestic Specialty Metals; (21) DFARS 252.243-7002 Requests for Equitable Adjustment; (22) DFARS 252.232-7010 Levies on Contract Payments. (23) LOCAL CLAUSES AND INSTRUCTIONS INCORPORATED BY FULL TEXT 174 FW - 0010 CUSTOMER INSTRUCTIONS The customer is responsible for forwarding proof of delivery. Please fill in blocks 32a, 32b and 32c on the SF 1449. This must be signed by a government official and returned to the address located in block 18a. Failure to do so may cause a delay in payment to the contractor. If you have a monthly service or a partial shipment you will need to submit a SF 1449 when applicable. If any items delivered are not in accordance with the contract or purchase order, notify the contracting office in writing. 174 FW - 0020 WARRANTY UNLESS OTHERWISE STATED, STANDARD COMMERCIAL WARRANTIES APPLY, PLEASE FURNISH A WRITTEN COPY WITH YOUR DELIVERY. 174 FW - 0030 FEDERAL, STATE AND LOCAL TAXES-GOVERNMENTAL ENTITY The U.S. Government is exempt from state sales or use taxes and federal excise taxes. This purchase is not subject to New York State Sales. For additional information contact your local, state, or federal taxing authority. 174 FW - 0040 DELIVERY TIMES The following delivery times are established for contactors: MONDAYS - THURSDAYS: 08:00 A.M. TO 3:00 P.M. FRIDAYS: 08:00 A.M. TO 3:00 P.M. No deliveries will be accepted on Federal holidays. Call in advance to ensure delivery availability. 315.233.2117. Usually every other Friday there is no availability so make sure to call ahead. All vendors shall have a delivery ticket with each delivery. The delivery ticket will ensure prompt processing of payment. 174 FW - 0050 DELIVERY INTENT/NOTIFICATION CLAUSE DELIVERY INTENT: It is the contractor's responsibility to notify the 174 RECEIVING DEPT a minimum of three (3) days prior to the anticipated date of product delivery. Contractor shall provide: 1) Government purchase order number 2) Delivery Point 3.) Carrier name and tracking information/estimated delivery date DELIVERY PARTIAL/COMPLETE: It is the contractor's responsibility to notify the CONTRACTING OFFICE within seven (7) days after a partial/complete delivery of goods. Contractor shall provide 1) Purchase order number 2) Delivery Point/Service Point 3.) Name of the person who accepted delivery and actual date of delivery. 4.) Other information as required by the contracting office 174 FW - 0060 INSTALLATION PASSES/ACCESS TO HANCOCK FIELD Contractors should be aware that this is a Military Installation and that all access to this installation is granted by the Hancock Field Security Forces. Prior to making deliveries please contact 315.233.2229 and follow instructions provided by the Security Forces for access to Hancock Field ANGB, NY. The U.S. government will not be held liable for any delays or breach of contract caused by refusal of the Hancock Field ANGB Security Forces. If a gate pass is not granted to a contractor allowing the delivery of goods, execution of warranty support, or performance of services please contact the contracting officer immediately in writing. FOR SERVICES AND CONSTRUCTION: A list of all prospective contractors (full name, date of birth, social security number, and home address) will be provided to Security Forces by the vendor no less than 10 business days from the date work is expected to start, for the purposes of a criminal history check. Note: All additions, deletions and/or changes to the contractor list provided to security forces will require the 10 work day lead time, unless otherwise agreed upon between Security Forces, Environmental, and Base Contracting, for the purposes of a criminal history check. The following is a guide to who will be allowed access to the installation. 1.All prospective contractors MUST be U.S. citizens or MUST have established and maintain legal residence in the U.S., and are authorized by the US government to work in the United States (i.e. Green card, worker authorization, etc.). Security Forces will review any questionable identification documents for determination as to whether or not said identification is authorized for access to the installation. 2. All prospective contractors, once it has been established that they maintain the appropriate credential as described in one above, are subject to a Criminal History Check. If a prospective contractor is found to have been "arrested" (conviction not required) within the last ten (10) years for any of the following offenses as defined in The New York State Penal Laws: any felony assault, draft evasion, any felony drug charges, Indecent acts of liberties with a child under 16, molestation to include child pornography and sex abuse, kidnapping, manslaughter, murder, rape and related sex offences, robbery, arson, felony criminal mischief, fire arms offences, any grand larceny, burglary and felony larceny charges, any charges related to terrorism, and any active warrants from any jurisdiction, will not be allowed legal access to the installation for the purpose of employment unless otherwise agreed upon by Security Forces, Civil Engineering, Base Contracting, and authorized by the base Commander. Note: For the purposes of Contracting services at the 174 FW, it is implied that, by the contracting agreement, that any and all parties agree to a Criminal History Background Check once entered into any contract with the 174 FW. Any documents that are provided and found fraudulent to include, but not limited to driver's licenses, contracting licenses, etc., will result in an arrest and potential termination for default from the contract. All contractors are subject to search in order to obtain entry onto the installation and while working on the installation. Any refusal to submit to a search of their person or vehicle will be deemed as a violent act of aggression against the installation and will be cause for dismissal from the installation and revocation of future privileges and installation access. A contractor's badge will be issued by the Security Forces Pass & Registration Section on day one of their entry. Be sure that all of your employees have the proper ID (drivers license, state ID, immigration card, or delivery truck company ID). If they do not have the proper ID, they will be turned away. The U.S. Government will not be held liable for any delays or breach of contract caused by refusal of the 174 FW Security Forces. 174 FW - 0070 PAYMENT INQUIRIES VIA WEB: HTTP://WWW.DFAS.MIL/MONEY/VENDOR EFT OR PAYMENT INQUIRES CALL: 800.330.8168 / 800-390-5620 / 800-337-0371 FAX: 207-328-1660/1699/1873 174 FW -0080 INVOICING VIA WIDE AREA WORKFLOW- (WAWF) MANDATORY AFTER 1 DEC 04 iaw DFARS 252.232-7003- NO PAPER INVOICES WILL BE ACCEPTED https://wawf.eb.mil When completing the invoice VENDORS must create and submit invoices and receiving reports known as a COMBO to illeviate rejected invoices. Do not submit paper invoices and submit through WAWF this Results in duplicate submission and confusion at DFAS ] BELOW ARE THE CUSTOMER SERVICE numbers for Wide Area Workflow: CONUS ONLY 1-866-618-5988 COMMERCIAL 1-801-605-7095 DSN 388-7095 FAX Commercial: 801-605-7453 DSN: 388-7543 Email: cscassig@csd.disa.mil Note: Reference "WAWF" in email Subject line. (24) WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Select Document to Create (Circle One): Invoice & Receiving Report (Combo) Contract Number* Delivery Order Issue Date Cage Code* SEE block 1 on DD1155 SEE block 2 on SF1449 Block 2 on DD1155 N/A See block 3 See block 9 on DD1155 See block 17a on SF1449 Issue DODAAC Admin DODAAC* Inspected By DODAAC/Ext. FA6324 Service Acceptor/Ext.* (Ship to Code) Ship from Code LPO DODAAC/Ext. Pay DODAAC* See block 14 on DD1155 See block 15 on SF1449 F67100 Inspection: Destination / Source Acceptance: Destination / Source Additional E-Mail Notifications: 1 2 3 Contract Number - Found in Block 2 of SF1449 Form Delivery Order - Found in Block 4 (Order Number) of SF1449 Form Issue Date - Found in Block 6 Solicitation Issue Date) of SF1449 Form Issue DODAAC - Found in Block 9 (Issued by) of SF1449 Form. Contracting office that issued your contract - WAWF uses the Code to route the document to the base Admin DODAAC - Found in Block 16 (Administered by) of SF1449 Form. Contract office that issued your contract. Inspected by DODAAC/Ext. - Found in Block 15 (Delivered to unless otherwise stated in the contract) of SF1449 Form. Combination of the Administered by code from block 16 and delivered to code block 15. It is used to route documents to receiving (service inspector in WAWF). Service Acceptor/Ext. - Found in Block 15 (Deliver to) of SF1449 Form. Administered by code from block 16 and delivered to code block 15. It is used to route documents to receiving (service acceptor in WAWF). Ship from Code - Found within the contract if needed (not mandatory). LPO DODAAC/Ext. - Not a required field for Air Force Contracts. Pay DODAAC - Found in block 16a (Payment will be made by) of SF1449 Form. Pay office code is used to route documents to the Defense Finance Accounting office responsible for payment to offered The accounts payable mailing address can be located in Block 18a of your order. You can easily access payment information using the DFAS web site at http://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Go to DFAS on the web at www.dfas.mil/money/vendor. Payments may be expedited electronically via internet through the Wide Area Work Flow (WAWF) system. For information on WAWF, go to https://.wawf.eb.mil/ EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offeror's capability to provide a quality product that meets the Government's needs; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. INSTRUCTIONS: Offers shall include (1) a detailed quote; (2) completed provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov and (3) list of at least three of the most current past performance references for similar work covered by this solicitation. Provide the following information for each reference: (a) name and telephone number of contracting officer; (b) contract number; and (c) a brief description of the contract. Failure to provide the above listed items with your offer, may cause offer to be considered non-responsive. PREFERRED PAYMENT METHOD: Payment is EFT via Wide Area Workflow ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. Offers shall be received NLT 4:30 P.M. EST on August 17, 2010. Offers may be sent via e-mail to Leanne Holmes at leanne.holmes@ang.af.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-5/W912PQ-0001-0001_JalapenoCameras/listing.html)
 
Place of Performance
Address: 6001 East Molloy Road, Syracuse, New York, 13211, United States
Zip Code: 13211
 
Record
SN02237906-W 20100813/100812000643-e9c0f171f778be750f9231bd77407077 (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 |
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.