Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
SOLICITATION NOTICE

67 -- Public Affairs Photo & Video Equipment

Notice Date
8/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 107 MSG/MSC, NY ANG, 9910 Blewett Avenue, NIAGARA FALLS, New York, 14304-6001, United States
 
ZIP Code
14304-6001
 
Solicitation Number
F8K0WG8187AW02
 
Archive Date
9/7/2018
 
Point of Contact
Jason Fronden, Phone: 7162362493, Philip J Rott, Phone: 716-236-2520
 
E-Mail Address
jason.m.fronden.mil@mail.mil, philip.j.rott.mil@mail.mil
(jason.m.fronden.mil@mail.mil, philip.j.rott.mil@mail.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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99. This combined synopsis/solicitation is set-aside 100% for Small Business concerns. This is a full funded requirement. North American Industrial Classification Standard 334310 applies to this solicitation; business size standard is 750 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would still qualify as a small business under the solicited NAICS. The following is needed: CLIN 0001 - QTY. 2 EA - Panasonic HC-X1 4K Ultra HD Professional Camcorder, MFR# HC-X1 CLIN 0002 - QTY. 1 EA - American DJ 2 X White mega bar RGBA with remote, Cable and Bag Kit CLIN 0003 - QTY. 4 EA - Impact Filled Saddle Sandbag (15lb orange) MFR# SBF-O-15 CLIN 0004 - QTY. 3 EA - Manfrotto 035RL Super Clamp with standard stud CLIN 0005 - QTY. 3 EA - ProTapes Pro Gaffer tape (2"X12 yd, black) MFR# 001UPCG212MBLA1 CLIN 0006 - QTY. 1 EA - Smith-Victor LED Ring Light (19") MFR# 401611 CLIN 0007 - QTY. 2 EA - E-Image Air Controlled Pedestal Kit MFR# EI-7100H-KIT CLIN 0008 - QTY. 1 EA - IKAN PT 3500 15" Rod Mounted Teleprompter for Location and Studio CLIN 0009 - QTY. 2 EA - E-Image Quick release plate for 710 Series Fluid video Head CLIN 0010 - QTY. 1 EA - DJI Ronin-MX 3-Axis Gimbal Stabalizer MFR# CP.ZM.000377 CLIN 0011 - QTY. 1 EA - Nikon AF-S NIKKOR 70-200mm f/2.8E FL ED VR Lens MFR # 20063 CLIN 0012 - QTY. 1 EA - Nikon AF-S NIKKOR 16-35mm f/4G ED VR Lens MFR # 2182 All items are to be shipped FOB destination to: Public Affairs 9910 Blewett Avenue Niagara Falls, New York 14304 Delivery is expected NLT 30 days ARO. Terms Net 30. Quotes due Thursday, August 23, 2018 NLT 10:00am EST. ****Quotation instructions**** Multiple solutions to the requirement can be offered as alternative quotes and will be evaluated as separate offers. Multiple solutions are encouraged as no other sources are known. Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Quotes may be comparatively evaluated of items(s) that best meet the Governments needs in compliance with FAR 13.106-2(b)(3). Vendor must provide a list of all items to be provided, the quantity and country of origin. Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. If an individual item of supply is valued over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, and GRAI are considered equivalent of a IUID. Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. Include country of manufacture for all items. Include feasible delivery/installation dates as well. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. All questions and quotes must be directed to 107th Contracting Office via email at: usaf.ny.107-msg.list.MSC@mail.mil Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are required. Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. ****Clauses and Provisions**** 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-23 Prohibition on Contracting Hardware, Software, and Services developed or provided by Kaspersky lab and other covered entities JUL 2018 52.204-7 System for Award Management OCT 2016 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.211-6, Brand Name or Equal AUG 1999 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2018) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2018 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers With Disabilities JUL 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7048 EXPORT-CONTROLLED ITEMS (JUNE 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea APR 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-3/F8K0WG8187AW02/listing.html)
 
Place of Performance
Address: 9910 Blewett Avenue, Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN05034301-W 20180815/180813231329-5fe25ebb0c224df4261056f40be5698e (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.