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, 2014 FBO #4632
SOLICITATION NOTICE

67 -- AFN MOBILE LIGHT KITS - QUOTE DOCUMENT

Notice Date
7/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335110 — Electric Lamp Bulb and Part 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
HQ002841150001
 
Point of Contact
Claudio T. Casupang, Phone: 9514132381, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
claudio.casupang@dma.mil, susan.madrid@dma.mil
(claudio.casupang@dma.mil, susan.madrid@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
QUOTE DOCUMENT HQ002841150001 COMBINED SYNOPSIS/SOLICITATION: HQ002841150001 Title: AFN MOBILE LIGHT KITS Description(s): COMBINED SYNOPSIS/SOLICITATION 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 HQ002841150001 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 2005-76, effective 25 July 2014 and DFARS Change Notice 20140721. c. This procurement is a brand name requirement or equal; associated with NAICS Code 335110. d. Description: Note: Furnish manufacturer's product specifications for evaluation. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. CLIN 0001: MOBILE LIGHT KITS DESCRIPTION: LED 3 Light Panel Kit 100V~240V Dual temp and Dimmable Light Kit consisting and Salient Characteristics: 1. 3LED Light dual color (bi Color) kit 2. Must contain 3 Stands for lights 3. Must include barn doors for light deflection 4. Adjustable temperature range 3200-5600K 5. Lights must be Dimmable from 100% to 10% 6. 100-240 VAC Power Supply 7. Able to operate with battery or AC power 8. Must have option for battery 9. Must have XLR DC power Input connection 10. Carry case for lights 11. Carry case for Light stands UNIT PRICE @ _____________ x 163 Kits = $__________________ TOTAL PRICE FOR THIS QUOTE $_______________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at location: FOB DESTINATION DEFENSE MEDIA ACTIVITY 14855 6TH STREET BLDG 2725 RIVERSIDE, CA 92518-2221 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) (AUG 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 52.202-1 Definitions (Nov 2013) FAR 52.203-3 Gratuities (April 1984) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2014) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (SEP 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 252.232-7003 (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) FAR 52.222-50 -- Combating Trafficking in Persons. 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. 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. 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) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 14 AUGUST 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.casupang@dma.mil. On the Subject line of the e-mail insert "QUOTE HQ002841150001" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. 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. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.casupang@dma.mil Phone: (951)413-2381 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.madrid@dma.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: 23755 Z Street Riverside, California 92518-2031 United States Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7670dca5b91119e9ace608d7d359a84)
 
Place of Performance
Address: DEFENSE MEDIA ACTIVITY, 14855 6TH STREET BLDG 2725, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN03441114-W 20140731/140729234736-f7670dca5b91119e9ace608d7d359a84 (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.