Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2013 FBO #4267
SOLICITATION NOTICE

67 -- Nikon Camera Kit - Shipping Addresses - JOFOC

Notice Date
7/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002830856601
 
Archive Date
8/28/2013
 
Point of Contact
Kathryn Maurais, Phone: 9514132502, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
kathryn.maurais@dma.mil, susan.madrid@dma.mil
(kathryn.maurais@dma.mil, susan.madrid@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for Other than Full and Open Competition Multiple Shipping Addresses 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; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number HQ002830856601/6602 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-68, effective 26 June 2013 and DFARS Change Notice 20130705. c. This procurement is unrestricted, associated with NAICS Code 333316, and small business size standard of 1000 EMP. d. Description: Note: THESE ITEMS ARE BRAND NAME. SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS. CLIN 0001: Nikon Part Number 25488 DSLR; 24.3MP FX-FORMAT CMOS SENSOR; BODY ONLY; 3.2-IN LCD DISPLAY; FULL HD 1080P VIDEO(NTSC/PAL); 100-6400 ISO EXPANDABLE TO 5-25600; 5.5FPS CONTINUOUS SHOOTING; 39 WIDE - AREA AF FOCUS POINTS; I-TTL FLASH SUPPORT; WI-FI CONNECTIVITY W/OPT ADAPTER; STEREO MIC/HEADPHONE INPUTS; NIKON-F LENS MOUNT; MAX RESOLUTION: 24.3MP 6016 X 4016 AT 3:2; ASPECT RATIO: 3:2, 16:9; 35.9 X 24MM CMOS SENSOR; 14-BIT; MEMORY CARD TYPES: SD, SDHC, SDXC; AUTO/MANUAL FOCUS MODES; PENTAPRISM VIEWFINDER W/.70X MAGNIFICATION; SHUTTER SPEED: 30 TO 1/4000 SEC; BUILT-IN FLASH W/1.200 SEC MAX SYNC SPEED; HOT-SHOE EXT FLASH CONNECTION;.13 SEC START UP TIME;.052 SEC SHUTTER LAG; 2/5/10/20 SEC SELF TIMER; CONNECTIVITY: 1/8-IN HEADPHONE, 1/8-IN MICROPHONE, HDMI C(MINI), USB 2.0 OUT; C/W: ENE-EL15 LI-ION BATTERY, MH-25 QUICK CHARGER, UC-E15 USB CABLE, BM-14 LCD COVER, DK-21 EYECUP, AN-DC8 CAMERA STRAP, DK-5 EYEPIECE SHIELD, BF-1B BODY CAP, BS-1 HOT SHOE COVER, NIKONVIEW NX2 CD-ROM, 1-YR LIMITED WARRANTY, SANDISK 32GB SDHC MEMORY CARD EXTREME CLASS 10 UHS-I, LOWEPRO ADVENTURA 170 SHOULDER BAG, PEARSTONE EN-EL15 LI-ION BATTERY PACK. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. 97 EA @ _____________ = $________________ e. Delivery and acceptance will be made at location: Multiple locations, see attached shipping list f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in the System for Award Management (SAM) (formerly the Central Contractor Registration ( CCR) database at https://www.acquisition.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC 2012). Electronic ORCA is available at the System for Award Management (SAM) (formerly ORCA) database at https://www.acquisition.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (Jun 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JAN 2013) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.225-5 Trade Agreements (Nov 2012) FAR 52.225-6 Trade Agreements Certificate (Jan 2005) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (MAY 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) DFARS 252.204-7004 (Alternate A, System For Award Management) (MAY 2013) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAY 2013) DFARS 252.209-7997 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations (JAN 2013) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 26 JULY 2013 IN ORDER TO BE CONSIDERED. Send quotation responses to Kitty Maurais at kathryn.maurais@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2502. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. While email is a convenient method of communication, it is not 100% reliable. It is incumbent upon the sender to ensure that the message is delivered/read. DMA Contracting cannot be held responsible for email delivery issues.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c5f3514eab601319ecb5a45a0288c5c)
 
Place of Performance
Address: 23755 Z Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN03129645-W 20130731/130729234221-7c5f3514eab601319ecb5a45a0288c5c (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.