Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
MODIFICATION

58 -- MULTI-MEDIA EQUIPMENT - Amendment 1

Notice Date
9/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
 
ZIP Code
92055-5191
 
Solicitation Number
N68094-13-T-0055
 
Archive Date
10/1/2013
 
Point of Contact
DANIELLE PATTERSON, Phone: 7607251597
 
E-Mail Address
danielle.patterson@med.navy.mil
(danielle.patterson@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Q&A Performance Work Statement Notice Of Intent Combined Synopsis/Solicitation Notice of Intent - Brand Name or Equal Solicitation Number: N68094-13-T-0055 Purchase Description: Multi-Media Equipment & Installation This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as "Brand Name or Equal 100% Total Small Business Set-Aside". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-13-T-0055, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334310, with a small business standard of "750". The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective August 01, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130808 effective August 08, 2013. DESCRIPTION: THE CONTRACTOR SHALL FURNISH ALL LABOR, TOOLS, SUPERVISION, MATERIAL, PARTS, EQUIPMENT, AND TRANSPORTATION NECESSARY TO PURCHASE, INSTALL AND PROGRAM MULTI-MEDIA SYSTEM TO INCLUDE THE FOLLOWING: CLIN 0001 MALAMINE MULTI-MEDIA LECTERN W/TWO LOCKABLE DOORS AND FULL EXTENSION KEYBOARD TRAY Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Euro Design System Model No: LEC3225M Width : 32" Depth : 25 in (635 mm) Height : 44 in (1117.60 mm) Width : 32 in (812.80 mm) SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Width : 32" Depth : 25 in (635 mm) Height : 44 in (1117.60 mm) Width : 32 in (812.80 mm) CLIN 0002 PERFORATED STEEL INSERT Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Euro Design System Model No. PERFINS12 Depth : 9 in (228.60 mm) Width : 18 in (457.20 mm) SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Depth : 9 in (228.60 mm) Width : 18 in (457.20 mm) CLIN0003 MULTI-DIRECTIONAL FLAT SCREEN ARM Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Euro Design Systems Model No. ELLIPTA-MA Arms: Medium SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Arms: Medium Model No. ELLIPTA-MA CLIN 0004 MULTI-MEDIA PROJECTOR Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Mitsubishi Model No. WD720U-G Resolution: Wide XGA (1280 x 800) Brightness: 4300 Lumens Weight: 9lbs Display Type: DLP Projector Warranty: 3 years (parts & labor); 3 years express replacement Assistance Lamp Warranty: 1 year or 500 hours (whichever comes first) Power Supply: AC 100-240V, 50/60Hz SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Resolution: Wide XGA (1280 x 800) Brightness: 4300 Lumens Display Type: DLP Projector Warranty: 3 years (parts & labor); 3 years express replacement Assistance Lamp Warranty: 1 year or 500 hours (whichever comes first) CLIN 0005 UNIVERSAL PROJECTOR MOUNT W/T-BAR ADAPTER Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Premier Mounts Model No.PDS-FCTA4 Weight: 18lbs Weight Capacity: 75lbs Height: 6.80 in (173mm) Tilt: + 16.50 degrees / -16.50 degrees Pitch: +16.50 degrees / -16.50 degrees Pipe Adapter - 4 in w/1.5 in NPT False Ceiling t-frame adapter (PP-FCTA) SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Weight Capacity: 75lbs Height: 6.80 in (173mm) Pipe Adapter - 4 in w/1.5 in NPT False Ceiling t-frame adapter (PP-FCTA) CLIN 0006 DIGITAL MEDIA PRESENTATION SYSTEM 300 Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Creston Model No.MPS-300 Height: 3.56 in (90mm) Weight: 17.03 (433mm) Depth: 12.58 in (320mm) Video Switcher: 8x7 crosspoint matrix including 3x3 QM signal routing, local QM delay skew compensation, RGB pass-thru mode (multi-format via RGB output connection) CPU: 32-bit Freescale ColdFire Microprocessor Audio Switcher/Preamp: 8x4 stereo crosspoint matrix including 3x3 QM signal routing, 2-channel gated mic preamp, 8x2 mic matrix mixer per each of 3 QM outputs, stereo volume/tone control and EQ per each of Program and Record Outputs, mono volume/tone control and EQ/delay on Speech output, integrated power amplifier, QM auto-compensation with self-peaking Main Power: 2.5 Amps @ 100-240 Volts AC, 50/60 Hz SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Video Switcher: 8x7 crosspoint matrix including 3x3 QM signal routing, local QM delay skew compensation, RGB pass-thru mode (multi-format via RGB output connection) Audio Switcher/Preamp: 8x4 stereo crosspoint matrix including 3x3 QM signal routing, 2-channel gated mic preamp, 8x2 mic matrix mixer per each of 3 QM outputs, stereo volume/tone control and EQ per each of Program and Record Outputs, mono volume/tone control and EQ/delay on Speech output, integrated power amplifier, QM auto-compensation with self-peaking CLIN 0007 7" SURFACE MOUNT TOUCH SCREEN, BLACK SMOOTH Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Creston Model No.TSW-750 Height: 4.74 in (121 mm) Weight: 7.59 in (193 mm) Depth: 2.03 in (52 mm) Display Type: TFT Active matrix color LCD Resolution: 800x480 pixels Touch Screen: Projected Capacitive Streaming Formats: H.264 (MPEG-4 part 10 AVC), MJPEG Audio Features: Built-in microphone and speakers, Rava SIP Intercom Construction: Plastic, smooth black or white finish Mounting: Surface mount over a 2 or 3 gang electrical box, 2-Gang European electrical box, or 2-3/8" H x 3-3/8" W (60mm H x 86mm W) cutout SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Height: 4.74 in (121 mm) Weight: 7.59 in (193 mm) Depth: 2.03 in (52 mm) Touch Screen: Projected Capacitive Streaming Formats: H.264 (MPEG-4 part 10 AVC), MJPEG Audio Features: Built-in microphone and speakers, Rava SIP Intercom Mounting: Surface mount over a 2 or 3 gang electrical box, 2-Gang European electrical box, or 2-3/8" H x 3-3/8" W (60mm H x 86mm W) cutout Construction: Plastic, smooth black CLIN 0008 DIGITAL MEDIA 8G STP TRANSMITTER 201 Qty: 2, Unit Cost $ _______________, BRAND NAME Manufacturer: Creston Model No.DM-TX-201-C Height: 6.47 in (165 mm) Weight: 7.36 in (187 mm) Depth: 1.24 in (32 mm) Video Switcher: 2x1 combination digital/analog switch, Creston QuickSwitch HD Audio Switcher: 2x1 combination digital/analog switch Analog-To-Digital Conversion 24-bit 48 kHz Mounting: Freestanding, surface mount, or attach to a single rack rail Digital Media Communications: DM 8G+, HDCP management, EDID format management, CEC, PoDM, HDBaseT compliant SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Digital Media Communications: DM 8G+, HDCP management, EDID format management, CEC, PoDM, HDBaseT compliant CLIN 0009 DIGITAL MEDIA RECEIVER WITH SCALER Qty: 3, Unit Cost $ _______________, BRAND NAME Manufacturer: Creston Model No.DM-RMC-SCALER-C Height: 7.62 in (194mm) Weight: 7.61 in (194 mm) Scaler: HD video scaler, motion-adaptive deinterlacer, interlacer, intelligent frame rate conversion, Deep Color support, 3D to 2D conversion, content-adaptive noise reduction, widescreen format, video wall processing Audio: Input signal type DM 8G+, HDBaseT Output: HDMI USB: Supports USB HID class devices Analog-To-Digital Conversion 24-bit 48 kHz Mounting: a 2 or 3 gang electrical box, 2-Gang European electrical box, or 2-gang UK SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Scaler: HD video scaler, motion-adaptive deinterlacer, interlacer, intelligent frame rate conversion, Deep Color support, 3D to 2D conversion, content-adaptive noise reduction, widescreen format, video wall processing USB: Supports USB HID class devices CLIN 0010 DIGITAL MEDIAL CABLE Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Creston Model No.DM-CBL-P-SP500 Spool: 500ft SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Spool: 500ft CLIN 0011 DIGITAL MEDIA 8G CONN Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Creston Model No.DM-8G-CONN-WG RoHS and UL compliant and includes blue snagless plastic boot SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL RoHS and UL compliant and includes blue snagless plastic boot CLIN 0012 MONO 70/100 V AMPLIFIER - 200 WATTS Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Extron Model No.XPA 2001 Audio: XPA 2001-70V 57X (35 dB) Audio Input signal type: 1 stereo or 2 mono, balanced/unbalanced Input sensitivity: XPA 1002 - +4 dBu (1.23 Vrms) if driven by one input Audio Output signal type: 1 mono, 70 V line Audio Output power: 200 watts rms, 70 V, 1kHz, <0.1% THD SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Audio Input signal type: 1 stereo or 2 mono, balanced/unbalanced Audio Output power: 200 watts rms, 70 V, 1kHz, <0.1% THD CLIN 0013 FULL-RANGE FLAT FIELD SPEAKERS W/LOW PROFILE ENCLOSURE AND 70/100 V TRANSFORMER Qty: 2, Unit Cost $ _______________, BRAND NAME Manufacturer: Extron Model No.FF 220T Dimensions: 2' x 2' (61 cm x 61 cm), 7.8 lb (3.5 kg) drop-in ceiling tile speaker designed for US style suspended ceilings Operation: 8 ohm direct or 70/100 volt operation with 16, 8, 4, 2, and 1 watt selectable power taps accessed via speaker wiring connections inside the rear panel Frequency response: 68 Hz to 18 kHz Warranty:5 year parts and labor SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Dimensions: 2' x 2' (61 cm x 61 cm), 7.8 lb (3.5 kg) drop-in ceiling tile speaker designed for US style suspended ceilings Warranty:5 year parts and labor CLIN 0014 FURNITURE-MOUNTABLE ENCLOSURE FOR CABLES AND ONE AC POWER OUTLET Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Extron Model: Cable Cubby 200 Accommodations: 2 single-space or one double-space Architectural Adapter Plates Mounting: Flush mountable into a table or flat surface Color: Black Installation: Installation routing template available and Optional bracket for Retractor installation SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Mounting: Flush mountable into a table or flat surface Installation: Installation routing template available and Optional bracket for Retractor installation CLIN 0015 MALE TO MALE 15-PIN HD MICRO HR W/AUDIO CABLES Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Extron Model No: MVGA-A M-M Usage: Use w/Cable Cubby and has surface access enclosures SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Usage: Use w/Cable Cubby and haa surface access enclosures CLIN 0016 STANDARD SPEED HDMI TO DVI-D CABLES Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Extron Model No: HDMI DVI-D/6 Version Description: 6" (1.8m) Data Rate: Supports up to 4.95 Gbps Max Resolution: 1920x1200 @ 60Hz Connector Type: 1 male DVI-D single link to 1 make HDMI single link Voltage: 30 V SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Version Description: 6" (1.8m) Connector Type: 1 male DVI-D single link to 1 make HDMI single link Voltage: 30 V CLIN 0017 MICRODIGITAL ULTRA-FLEXIBLE HDMI CABLES Qty: 6, Unit Cost $ _______________, BRAND NAME Manufacturer: Extron Model No: HDMI Micro/3 Version Description: 3' (90 cm) High Speed Data Rate: 10.2Gbps Vertical Frequency: Up to 120 Hz Connector Type: 1 male tpe A HDMI to 1 male type A HDMI Voltage: 30 V SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Version Description: 3' (90 cm) High Speed Connector Type: 1 male tpe A HDMI to 1 male type A HDMI CLIN 0018 VENTED UNIVERSAL RACKSHELVES Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Middle Atlantic Model No: U2V Racking Height: 3-1/2" (2 space) Usable Shelf Area: 17.44"W x 15"D Capacity: 50lbs SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Racking Height: 3-1/2" (2 space) Usable Shelf Area: 17.44"W x 15"D Capacity: 50lbs CLIN 0019 RACK MOUNT POWER DISTRIBUTION UNITS Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Middle Atlantic Model No: PD-815R-PL Circuit: one 15 amp # of Outlets: 8 Finish: Black Powder Coat Cord Length: 9' Depth: 9" SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Circuit: one 15 amp # of Outlets: 8 CLIN 0020 VIDEO CONFERENCING KIT Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Polycom Model Part: 7200-23130-001 Audio Input Type: Microphone Depth: 11 in Height: 13.9 in Width: 5.1 in Input Device Connectivity Technology: Wireless Input Device Type: Remote Control Interface Type: Video Video Input: Analog Video Camera SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Audio Input Type: Microphone Input Device Connectivity Technology: Wireless Input Device Type: Remote Control Interface Type: Video Video Input: Analog Video Camera CLIN 0021 WALL MOUNT SHELF Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacture: Polycom Model Part: 2215-24143-001 Product Type: Wall mount shelf for Eagle Eye HD Camera SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Product Type: Wall mount shelf for Eagle Eye HD Camera CLIN 0022 RACK SHELF FOR VIDEO CONFERENCING KIT Qty: 1, Unit Cost $ _______________, BRAND NAME Manufacturer: Polycom Model Part: 2215-28283-001 Product Type: Black 2u shelf for 19" racks Dimensions: 2u (3.3 in) x 17.5 (w/out ears, 19 with) x 14.5 deep SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Product Type: Black 2u shelf for 19" racks Dimensions: 2u (3.3 in) x 17.5 (w/out ears, 19 with) x 14.5 deep CLIN 0023 CEILING MICROPHONE Qty: 1, Unit Cost tiny_mce_marker _____________, BRAND NAME Manufacturer: Polycom Model Part: 2200-23810-002 Width: 4 in Depth: 1.6 in Height: 6 in Weight: 14oz Directivity Angle: 360 degrees Connectivity Technology: wired Connector Type: Microphone Cables Included: 1 x microphone cable - 2ft Warranty: 1 year SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Width: 4 in Depth: 1.6 in Height: 6 in Weight: 14oz Connectivity Technology: wired Connector Type: Microphone Cables Included: 1 x microphone cable - 2ft Warranty: 1 year CLIN 0024 1-YEAR TOTAL COVERAGE Qty: 1, Unit Cost tiny_mce_marker _____________, BRAND NAME Manufacturer: Polycom Support: Technical, next business day parts replacement for video conferencing system kit SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Support: Technical, next business day parts replacement for video conferencing system kit CLIN 0025 BLURAY DISC PLAYER Qty: 1, Unit Cost tiny_mce_marker _____________, BRAND NAME Manufacturer: Sony MFR No: BDP-S590 Remote: Yes Tray Type: Single Disc Horizontal Network Access: Built in Wi-Fi Conversion: 2D to 3D HD: Full, 1080p 3D SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Tray Type: Single Disc Horizontal Network Access: Built in Wi-Fi CLIN 0026 CALIFORNIA E-WASTE CHARGE Qty: 1, Unit Cost tiny_mce_marker _____________, BRAND NAME Recycling fee mandated by the State of California per the Electronic Waste Recycling Act of 2003 SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Recycling fee mandated by the State of California per the Electronic Waste Recycling Act of 2003 CLIN 0027 CEILING MICROPHONE ARRAY Qty: 1, Unit Cost tiny_mce_marker _____________, BRAND NAME Manufacturer: Polycom Model Part: 2200-23810-002 Spherical Array w/2ft Drop Cable Electronics Interface 25ft Plenum Cable SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL Spherical Array w/2ft Drop Cable Electronics Interface 25ft Plenum Cable Period of Performance: September 30, 2013 FOB DESTINATION Place of Delivery: NAVAL HOSPITAL CAMP PENDLETON KYLE HILL PREVENTIVE MEDICINE BLDG H-143 CAMP PENDLETON, CA 92055-5191 TEL: 760-725-1270 Responses/quotes MUST be received no later than September 18, 2013; 5:00 PM (Pacific Daylight Time). Forward responses by e-mail to danielle.patterson@med.navy.mil or fax to 760-725-1597. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ This is a "Brand Name or Equal 100% Total Small Business Set-Aside". ALL equipment and associated parts must be as requested as they are part of a complete system/package. Contractors providing "as equal" items must provide the manufacture, parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. The government will consider offers/quotes only from "authorize dealers" of the offered manufacturers. APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB2012): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets brand name or equal /Salient Features (required specifications) identified with "Description" of supplies. Contractors providing "as equal" items must provide the manufacture, parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. The government will consider offers/quotes only from "authorize dealers" of the offered manufacturers. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (3) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Technical and past performance, when combined, are approximately equal to cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2012) or indication that offeror representations and certifications are in System for Award Management (SAM). (4)FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (FEB2012) (5)52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (NOV2012) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports 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. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type 2-IN-1 Contract Number N/A Delivery Order Number N/A Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094 Acceptance At Other N68094 Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role Kyle Hill Kyle.hill@med.navy.mil 760-725-1270 Requesting Activity Kyle Hill Kyle.hill.med.navy.mil 760-725-1270 WAWF Acceptor Quote all prices FOB destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-13-T-0055/listing.html)
 
Place of Performance
Address: CAMP PENDLETON NAVAL HOSPITAL, BLDG H-143, CAMP PENDLETON, California, 92055, United States
Zip Code: 92055
 
Record
SN03185068-W 20130914/130912235104-2ebc695a2b1be50a62d22a9ac9eec8e1 (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.