Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2014 FBO #4485
SOLICITATION NOTICE

67 -- Fujinon Lens/Control System - Brand Name Justification

Notice Date
3/4/2014
 
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
HQ002833236628
 
Archive Date
4/3/2014
 
Point of Contact
Susan M. Madrid, Phone: 951-413-2371, Kathryn Maurais, Phone: 9514132502
 
E-Mail Address
susan.madrid@dma.mil, kathryn.maurais@dma.mil
(susan.madrid@dma.mil, kathryn.maurais@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SAP Justification SAP Justification SAP Justification 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 HQ002833236628 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 2005-72, effective 30 January 2014 and DFARS Change Notice 20140228. c. This procurement is 100% Small Business Set-Aside, brand name requirement associated with NAICS Code 333316 and small business size of employees of 1000. Ensure 52.212-3 is updated in your account in System for Award Management (SAM at https://WWW.SAM.GOV) to identify your company as a small business or include a revised copy of this clause with your quote. d. Description: Note: THESE ITEMS ARE BRAND NAME, SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS. CLIN 0001: CONTROL SYSTEM; WIRELESS; F/U/W: FUJINON DIGIPOWER LENSES; 300-FT RANGE; C/O: WL-325A-A01L AND WL-325A-A01C RECEIVER AND TRANSMITTER; ZOOM, FOCUS, AND IRIS CONTROL; 2.4GHZ; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0002: LENS; XDCAM HD;.5-IN; 5.5-100MM W/18X ZOOM, 11-200MM W/2X EXTENDER; F/U/W: SONY XDCAM HD CAMCORDERS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 1 EA = $__________________ CLIN 0003: LENS; PL MOUNT; 19-90MM; DETACHABLE SERVO DRIVE; 4.7X ZOOM; T2.9MAX APERTURE; 200-DEGREE FOCUS ROTATION; 120-DEGREE ZOOM ROTATION; M114 FILTER THREAD; LDS AND /I COMPATIBLE; 31.5MM DIAMETER IMAGE CIRCLE; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE: @ _____________ x 2 EA = $__________________ TOTAL PRICE (CLIN 0001-0003) FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE FREIGHT IS ABSORBED IN UNIT PRICE e. Delivery and acceptance will be made at location: FOB DESTINATION 2 CTCS AOL AF BPN NO MILSBILLS PROCESSES 6015 DOGWOOD AVE. HILL AFB, UT 84056-5817 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JUL 2013) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.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. 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 (SAM) 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) (NOV 2013). Electronic submission is located at https://www.sam.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) (SEP 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JAN 2014) 52.219-6 -(Notice of Total Small Business Set-Aside) (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JUL 2013) FAR 52.225-5 (Trade Agreements) (Nov 2013) 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-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (MAY 2013) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAY 2013) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) 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. DFARS 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) j. QUOTATIONS ARE DUE BY 2:00 PM PACIFIC STANDARD TIME ON 19 March 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Susan Madrid - susan.madrid@dma.mil. On the Subject line of the e-mail insert " QUOTE HQ002833236628" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2371. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e2f47e046f174508e9b9488419bdd1b)
 
Place of Performance
Address: 6015 Dogwood Ave., Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03301092-W 20140306/140304234547-9e2f47e046f174508e9b9488419bdd1b (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.