Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

70 -- VIDEO CAMERAS AND ACCESSORIES

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T0HQ1007A001
 
Response Due
2/16/2011
 
Archive Date
4/17/2011
 
Point of Contact
Heidi R Weber, 509 247 7224
 
E-Mail Address
141 ARW/MSC
(heidi.weber@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference number F6T0HQ1007A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-49 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20110120 NAICS CODE 423410. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside TOTAL SMALL BUSINESS. The date, time and request for quote offers are due by: 12:00 P.M. Pacific time on 16 FEB 2011 to heidi.weber@us.af.mil. ALL QUESTIONS MUST BE IN EMAIL/FAX FORMAT. NO TELEPHONE QUESTIONS WILL BE ENTERTAINED. Delivery requirement: 30 days ARO, FOB Destination to Fairchild AFB, WA 99011. NO EXCEPTIONS. Exact address will be provided upon award. *ALL ITEMS ARE BRAND NAME OR EQUAL* The WA Air National Guard located at Fairchild AFB, WA 99011 requires the following items: CLIN 0001- High Definition Video Camera The camera must have GPS capability, be able to record High Definition and Standard Definition signals simultaneously. Must use Memory Stick Pro DUO, SD/SDHC cards and a separate flash memory unit. Must record in 1080p/720p/60p formats. Must have at least a 1.5 lux rating, Weigh 5 lbs. or less. HDSDI and HDMI ports. AVCHD and MPEG-2 formats. 2 Each CLIN 0002 - NP-970 Batteries 6 Each CLIN 0003 - Attachable Flash Memory Storage Unit Record AVCHD and SD simultaneously minimum 100 Gigabyte capacity. Must attach to camera and be Windows Vista compatable. 2 Each CLIN 0004 - Rain Cover (must fit to videocamera). 3-ply Nylon and Fabuthane. 2 Each CLIN 0005 - Sennheiser ME66/K6 or equal-Super-Cardioid Short Shotgun Condenser Microphone Kit. Phantom powered and AA bettery powered (MIC and power module). 2 Each CLIN 0006 Sony NP-F970 Info-Lithium Battery Pack (6600mAh) 4 each CLIN 0007 - SPODER TR2 TRIPON RISER 1 Each CLIN 0008 - Shipping Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, AND at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (only if over $25K), FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability - The Government will evaluate offers for award purposes FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 (DEV), Notification of Employee Rights under the National labor Relations Act, (Only if over $100K) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.226-6 - Promoting Excess Food Donations to Nonprofit Organizations (Food Services over 25k), FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T0HQ1007A001/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National Guard Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN02374062-W 20110209/110207233853-e3f7de9a75cd9c88cdfbc47504125c81 (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.