Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

67 -- C100 Shoulder Mounts & Hand Held Camera Stabilizer

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
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
F6T0HQ5251AW02
 
Response Due
9/22/2015
 
Archive Date
11/16/2015
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@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 is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number F6T0HQ5251AW02 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 03 SEP 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150826. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 333316 with number of employees not to exceed 1,000. Description of Requirement: The WA ANG located at Fairchild AFB is in need of 2 EA shoulder mounts for a Canon C100 and 1 EA Hand Held Camera Stabilizer. **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED. ** CLIN 0001: QTY 2 EA. Canon C100 Shoulder Mount. Essential characteristics must include: -Must be shoulder-mounted -Capable of attaching to the C100 Mk II camera handle to provide multiple secure accessory mounts. -Must have a Grip Relocator to be able to position camera at different hand-grip control positions. -Must be light and maneuverable. -Must be have bracket for C100 EVF viewfinder. -Mini Arm must hold EVF viewfinder and give a full 360 degree motion. -Must attach to top of C100 set up. -Mount for C100 must extend the C100 Z finder bracket. -Must have a 15 MM rod port. -Must attach with a 1/4 quote mark 20 screw to secure the items together. -Must have a cold-shoe mount built in CLIN 0002: QTY 1 EA. Hand Held Camera Stabilizer. Essential characteristics must include: -Must be hand-held -Must keep horizon level -Must have dual operator control modes -Must remember camera position -Must be 3-Axis Gyro Stabilized -Bluetooth Interface for Configuration -Software for Android and Windows -Shot Recorder Remembers Camera Position -Two Batteries and a Charger Included -Must accommodate at least 12 lbs. -Must be RC transmitter capable -Must be able to support Canon C500, Canon C300, Canon C100, RED EPIC, RED Scarlet, Blackmagic, Cinema Camera, Canon EOS-5D Mark III, Panasonic DMC-GH3, and Sony NEX-FS100 cameras -Must support Spektrum DSMX and Futaba SBUS transmitters with at least six channels, including the Spektrum DX7s. -Custom direct drive motors CLIN 0003: Shipping to Fairchild AFB, WA (99011). Products will be evaluated based on price, material quality and adherence to the essential characteristics. A firm fixed price contract will be awarded on a Best Value basis. Delivery requirement: 30 days ARO, FOB Destination to Fairchild AFB, WA. Exact address will be provided upon award. Quote Information: Quotes must be submitted and received no later than 11:00 AM Pacific Time 22 September 2015. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: Matthew.Richard@us.af.mil 509-247-7223 Alternate Buyer: Dennis.Jutras.2@us.af.mil 509-247-7221 Emails: 141MSG.MSC@us.af.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 333316. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES 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, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, 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, 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 FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 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 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T0HQ5251AW02/listing.html)
 
Place of Performance
Address: 141 ARW/MSC Washington Air National Guard Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN03891773-W 20150919/150918000245-bc492365d98e6942b4f7ed56b1fcfcf7 (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.