Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

58 -- Internet Protocol (IP) Video Camera Receiver

Notice Date
6/27/2023 11:44:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461323Q1029
 
Response Due
7/13/2023 8:00:00 AM
 
Archive Date
07/28/2023
 
Point of Contact
Amber Moore, Phone: 3077734896, Trisha M. Lamarr
 
E-Mail Address
amber.moore.15@us.af.mil, trisha.lamarr@us.af.mil
(amber.moore.15@us.af.mil, trisha.lamarr@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation� Solicitation Number: FA461323Q1029 Purchase Description: Internet Protocol (IP) Video Camera Receiver This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1029, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334310, with a small business standard of 750 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2023-04 effective 2 June 2023, Defense Federal Acquisition Regulation Supplement (DFARS) effective 9 June 2023 and Air Force Federal Acquisition Regulation Supplement (AFFARS) effective 08 May 2023. DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination. The 20th Air Force is seeking to acquire Internet Protocol Video Camera Receivers. The contractor shall provide all items IAW CLIN Characteristics. No install is required. Items will be installed on a stand-alone network. CLIN STRUCTURE: Shipping cost must be included in the line-item cost. CLIN 0001: IP Camera Video Receiver - H.265/H.264, ONVIF, 32 Channel IP Camera Input, 4K HDMI out, no recording. TAA or NDAA compliant Quantity: 2� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0002 IP Bullet Camera - Outdoor bullet camera, H.265, 60fps@1080p, IP66/IP67, 5MP, 2.7~13.5mm. TAA or NDAA compliant. Quantity: 4� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0003: HDMI 2.0 Splitter - 1 input, 4 output, HDMI 2.0, TAA compliant. Quantity: 1� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0004: 32 inch 4k Monitor - HDMI 2.0 input, DP 1.4 Input, 32 inch class, 4K@60Hz, built in speakers, no wireless. Quantity: 18� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0005: Unmanaged 8-port POE+ Switch - Unmanaged, 20 Gbps switching capacity, 8 ports 1000Base-T, POE+ (30watts per port), 2 SFP ports, IP30 Quantity: 1� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0006: 27 inch 1080p Monitor - HDMI 2.0 input, DP 1.2 Input, 27 inch class, 1080p@60Hz, no wireless Quantity: 20� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ CLIN 0007: 43 inch 4k Monitor - HDMI 2.0 input, DP 1.4 Input, 43 inch class, 4K@60Hz, built in speakers, no wireless, no tuner Quantity: 3� �Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ LIST OF ATTACHMENTS: Attachment 1 � Response Form Attachment 2 � Additional Clauses and Provisions PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005 DELIVERY DATE(S): Delivery 30 days after award of contract. If unable to meet 30 day delivery time frame please provide a separate delivery date in cover page or Attachment 1 � Response Form. OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. QUESTIONS: Questions shall be received no later than Thursday 6 Jul 23 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil. QUOTES: Responses/quotes MUST be received no later than Thursday 13 Jul 23 at 9:00 am (Mountain Daylight Time). Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Mar 2023) FAR 52.212-1 is hereby tailored as follows:� 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.�� 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.� 3.� The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively.� Further, the term �award� shall be understood to describe the Government�s issuance of an order.� 4.� The Government will consider all quotes that are timely received and will not consider late quotes.� Failure of a quote to address any items required in the submission package may make a quote unacceptable.� 5.� Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:� 5.1 In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:� 5.1.1 Cover page or a completed copy of Attachment 1 � Response Form to include the offeror�s:� 5.1.1.1 Company Name�and Company Doing Business As (if applicable) 5.1.1.2 Physical Address 5.1.1.3 Cage code and/or Unique Entity ID � 5.1.1.4 Point of Contact� 5.1.1.5 Phone number�� 5.1.1.6 Email address� 5.1.1.7 Business Type� 5.1.1.8 Delivery time 5.1.2 Firm Fixed Pricing to include: 5.1.2.1 Price Per Unit 5.1.2.2 Price Per CLIN 5.1.2.3 Total Price 5.1.2.4 Discount Terms (if applicable) 5.1.2.5 Quote Number (if applicable)� 5.1.3 Technical Capability 5.1.3.1 Quote must identify the make and model for each line item.� 5.1.3.2 Quote must include product description that reflects the characteristics identified to show that the quality will satisfy the Government�s need. 5.1.3.3 Quote must include the standard commercial warranty for each line item. EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: 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 and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive.� Award will be made to the offeror with the lowest price technically acceptable (LPTA).� The following factor(s) shall be used to evaluate offers: 1. Technical Capability: items meet the Government requirement/specifications in the description.� If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be unacceptable. 2. Price:� 2.1 The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so.� 2.2 Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort.� A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business.� The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price.� Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate.� Prices must be determined fair and reasonable. 2.3 No additional information from the offeror will be required if the price is based on adequate price competition.� In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.� (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/676ac6f8a7a8462f838985eaf9b207e7/view)
 
Record
SN06729802-F 20230629/230627230047 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.