Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

70 -- Photography and Video Production Equipment

Notice Date
9/15/2020 7:20:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0751
 
Response Due
9/16/2020 2:00:00 PM
 
Archive Date
11/15/2020
 
Point of Contact
jack.huckleby@va.gov, Jack Huckleby, Phone: 303-712-5793
 
E-Mail Address
jack.huckleby@va.gov
(jack.huckleby@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 4 of 10 Request for Quote (RFQ) #: 36C25920Q0751 Photography and Video Production Equipment for the Rocky Mountain Regional VA Medical Center 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 via Contract Opportunities for the purchase of Photography and Video Production Equipment for the RMR VA Medical Center. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to jack.huckleby@va.gov no later than 1500 MST, 09/16/2020. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Quotes submitted to jack.huckleby@va.gov are the only method of submission. The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25920Q0751. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective August 13, 2019. The North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1250 Employees. This solicitation is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). List of Line Items; Price/Cost Schedule ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Apple 27"" iMac Pro with Retina 5K Display (or equal IAW the attached SOW) 2 EA 0002 LG 27"" IPS TBOLT 3 LCD ULTRFNE HD 5K MNTR/REGMFR #27MD5KB-B MFR #27MD5KB-B (or equal IAW the attached SOW) 1 EA 0003 Wacom Cintiq Pro 32 Creative Pen & Touch Display MFR #DTH3220K0 (or equal IAW the attached SOW) 1 EA 0004 Apple USB Type-C to USB Type-A Adapter MFR #MJ1M2AM/A (or equal IAW the attached SOW) 2 EA 0005 Apple Thunderbolt 3 Cable (2.6') (or equal IAW the attached SOW) 2 EA 0006 DNP SnapLab+ SL620A All-in-One Photo Kiosk System MFR #SL620A-SET (or equal IAW the attached SOW) 1 EA 0007 DNP DS6206x8 6 x 8"" Roll Media for DS620A Printer (2-Pack) MFR #DS6206X8 2 (or equal IAW the attached SOW) 2 EA 0008 Sony Alpha a7R IV Mirrorless Digital Camera (Body Only) Mfr #ILCE7RM4/B (or equal IAW the attached SOW) 3 EA 0009 Sony VG-C4EM Vertical Grip (or equal IAW the attached SOW) 3 EA 0010 Sony FE 85mm f/1.8 Lens with UV Filter Kit B&H #SO8518FK (or equal IAW the attached SOW) 1 EA 0011 Sony E 16-55mm f/2.8 G Lens MFR #SEL1655G (or equal IAW the attached SOW) 3 EA 0012 Sony FE 24-70mm f/2.8 GM Lens MFR #SEL2470GM (or equal IAW the attached SOW) 3 EA 0013 Sony FE 70-200mm f/2.8 GM OSS Lens MFR #SEL70200GM (or equal IAW the attached SOW) 3 EA 0014 Really Right Stuff L-Plate Set for Select Sony Alpha a7 Series Cameras MFR #BA9-L SET (or equal IAW the attached SOW) 1 EA 0015 Metabones Canon EF/EF-S Lens to Sony E Mount T Smart Adapter (5th Gen) MFR #MB_EF-E-BT5 (or equal IAW the attached SOW) 1 EA 0016 Profoto A1X Off-Camera Flash Kit for Sony MFR #901303 (or equal IAW the attached SOW) 3 EA 0017 Profoto B10 Plus OCF Flash Head MFR #901164 (or equal IAW the attached SOW) 3 EA 0018 Core SWX TorchLED Bolt 250W On-Camera Light with Power Supply Kit B&H #COTLBT250PSK (or equal IAW the attached SOW) 3 EA 0019 Sony XLR-K3M Dual-Channel Digital XLR Audio Adapter Kit with Shotgun MFR #XLR-K3M (or equal IAW the attached SOW) 3 EA 0020 Small HD FOCUS 7 Daylight-Viewable7"" On-Camera Monitor MFR #MON-FOCUS7 (or equal IAW the attached SOW) 3 EA 0021 DJI Ronin-M 3-Axis Handheld Gimbal Stabilizer Kit with Easyrig Minimax B&H #DJRONINMMAX (or equal IAW the attached SOW) 1 EA 0022 DJI Osmo Mobile 3 Smartphone Gimbal Combo Kit MFR #CP.OS.00000040.01 (or equal IAW the attached SOW) 1 EA 0023 DJI Wireless Thumb Controller for Ronin-M MFR #CP.ZM.000174.02 (or equal IAW the attached SOW) 1 EA 0024 Cine Milled PRO Dovetail for DJIRonin-M and MX MFR #CM-060 (or equal IAW the attached SOW) 1 EA 0025 Profoto OCF Beauty Dish (White,24"") MFR #101220 (or equal IAW the attached SOW) 1 EA 0026 Profoto Speed Ring for OCF Flash Head MFR #101210 (or equal IAW the attached SOW) 1 EA 0027 Profoto Soft Bounce for A1 Flash MFR #101207 (or equal IAW the attached SOW) 2 EA 0028 SanDisk 128GB Extreme PRO UHS-II SDXC Memory Card (2-Pack) B&H #SAEPSDU128G2 (or equal IAW the attached SOW) 6 EA 0029 SanDisk 1TB Extreme PRO UHS-I SDXC Memory Card MFR #SDSDXXY-1T00-ANCIN (or equal IAW the attached SOW) 1 EA 0030 Pelican 1510 Carry On Case with Yellow and Black Divider Set (Black) Mfr #015100-0040-110 (or equal IAW the attached SOW) 3 EA 0031 Manfrotto Befree Live Aluminum Lever-Lock Tripod Kit with EasyLink & Case Mfr #MVKBFRL-LIVEUS (or equal IAW the attached SOW) 3 EA 0032 SmallHD Tilt Arm for FOCUS 7 Monitor MFR #ACC-MT-TILTARM-7 (or equal IAW the attached SOW) 3 EA 0033 Axler RECODO 11"" Arm with 1/4""-20 to 3/8""-16 Anti-Twist Fitting MFR #AA-11AT (or equal IAW the attached SOW) 3 EA 0034 Magnus DWF-2 Universal Tripod Dolly MFR #DWF-2 (or equal IAW the attached SOW) 3 EA 0035 C-47 Production Clips (Matte Black, 24-Pack) MFR #1C47 (or equal IAW the attached SOW) 1 EA 0036 Axler QRA-501S Quick Release Assembly MFR #QRA-501S (or equal IAW the attached SOW) 3 EA 0037 Vello 2.5mm Remote Shutter Release Cable for Select Sony Cameras MFR #RCC-S2-2.5 (or equal IAW the attached SOW) 1 EA 0038 Peak Design Anchor Connectors for Peak Design Straps (4-Pack, 4th Gen) MFR #4PK-AN-4 (or equal IAW the attached SOW) 3 EA 0039 Peak Design SLL-BK-3 Slide Lite Camera Strap (Black) MFR #SLL-BK-3 (or equal IAW the attached SOW) 3 EA 0040 SmallHD HDMI Cable (3') MFR #CBL-SGL-HDMIHDMI-36 (or equal IAW the attached SOW) 3 EA 0041 Pearstone HDD-1015 High-Speed HDMI to Micro-HDMI Cable with Ethernet (1.5') MFR #HDD-1015 (or equal IAW the attached SOW) 3 EA 0042 Watson Duo LCD Charger for L & M Series Batteries MFR #D-4203 (or equal IAW the attached SOW) 2 EA 0043 Watson NP-F550 Lithium-Ion Battery Pack (7.4V, 2200mAh) MFR #B-4203 (or equal IAW the attached SOW) 4 EA 0044 SmallHD Sony NPF L-Series Battery & Charger MFR #PWR-BATT-KITLSERIES (or equal IAW the attached SOW) 2 EA 0045 Watson LP-E6N Lithium-Ion Battery Pack (7.2V, 2000mAh) MFR #B-1544-2 (or equal IAW the attached SOW) 2 EA 0046 DJI Intelligent Battery for Ronin-M (1580mAh) MFR #CP.ZM.000368 (or equal IAW the attached SOW) 1 EA 0047 Profoto Li-Ion Battery for B10 OCF Flash Head MFR #100440 (or equal IAW the attached SOW) 3 EA 0048 Profoto Lithium Ion Battery f/A1X Studio Light/Reg (or equal IAW the attached SOW) 6 EA 0049 Pro Tapes 5""x6yrds Flor Clr Stack BL/GR/O/PN/Y/REG (UPCSPIKE6MFL) (or equal IAW the attached SOW) 2 EA 0050 Edelkhrone Sliderone V2/Reg (82481) (or equal IAW the attached SOW) 1 EA 0051 Sony NP-FZ100 Rechargeable Lithium-Ion Battery (2280mAh)MFR #NP-FZ100 (or equal IAW the attached SOW) 6 EA 0052 5 YEAR WARRANTY for Line item 0001 1 EA GRAND TOTAL Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the RMR VA Medical Center, located at 1700 Wheeling Street Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or Page 6 of 10 services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following: (I) Price (II) Proof of Meeting the Special Standards of Responsibility Volume I Price (utilizing format of paragraph (v) above) Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume II Proof of Meeting the Special Standards of Responsibility The offeror must provide proof of capability of performing all requirements within the attached SOW. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 16 acquisition utilizing Price-Only with Special Standards of Responsibility. 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 considering price and special standards of responsibility. The following factors shall be used to evaluate offers: Page 8 of 10 Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the special standards of responsibility shall not be selected regardless of price. Special Standards of Responsibility The offeror must be an authorized distributor with the capability of performing all requirements of the Statement of Work. 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. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the special standards of responsibility of the lowest priced quote only. If the lowest priced Offeror s special standards of responsibility are determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors special standards of responsibility. If the lowest priced Offeror s is determined to not meet the special standards of responsibility, then the Government may review the special standards of responsibility for next lowest priced quote, and so on, until the Government reaches a quote that is determined to meet the special standards of responsibility requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.217-6 Option for Increased Quantity. As prescribed in 17.208(d), insert a clause substantially the same as the following: Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option]. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000)       (a) The Government may extend the term of this contract by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _____ days [60days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension.       (b)If the Government exercises this option, the extended contract shall be considered to include this option clause.       (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___________ (months) (years). (End of clause) Additional contract requirements or terms and conditions: Page 10 of 10 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Offers are due to be submitted to Jack.Huckleby@va.gov by 1500 MST, 09/16/2020. Name and email of the individual to contact for information regarding the solicitation: Jack Huckleby Jack.Huckleby@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/52835f59bd474b0d9692421c53fc56e0/view)
 
Place of Performance
Address: Department of Veterans Affairs 1700 Wheeling Street Aurora, CO 80045
 
Record
SN05798480-F 20200917/200915230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.