Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1998 PSA#2128

Commander, USAINSCOM SPT Bn (PROV), Attn: IASB-DCO, 8825 Beulah Street, Fort Belvoir, VA 22060-5246

67 -- SONY VIDEO EQUIPMENT SOL DASC01-97-T-0012 DUE 071098 POC Contract Specialist Linda Wallis (703)706-2779, Contracting Officer Zenaida Castro (703)706-2772 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This request for quotation is issued under Simplified Acquisition Procedures, FAR Part 13. IMPORTANT -- Only offerors who are registered in the Central Contractor Database are eligible for award (reference DFARS Clause 52.204-7004 or see web site http://ccr.edi.disa.mil). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued This requirement is a 100% small business set-aside. The Standard Industrialization Classification Code is 3861 and the Small Business Size Standard is 500 employees. The government intends to make a single award of a firm-fixed-price purchase order to the most responsible offeror whose quote provides the best price to the government. A specific product determination has been made. The specific Sony products/models are required to meet the government requirements (the determination is classified). The offered items shall be the specific make/model products as listed below except for Item 0008. Item 0008 is brand name or equal (DFARS Clause 252.211-7003). The required items and quantities are: ITEM 0001, 9 each Model #CDR-VX1000, Sony 1000 Video Camera; ITEM 0002, 14 each Model #NPF-703H, Sony Rechargeable Battery; ITEM 0003, 9 each Model #VCT-R630RM, Sony Tripod w/remote grip; ITEM 0004, 9 each Model #LCH-VX1000, Sony Hard Carrying Case; ITEM 0005, 9 each Model #DVM12CLE, Sony Cleaning Cassette, mini DV; ITEM 0006, 9 each Model #VMC-2DV, Sony Digital Interface Cable; ITEM 0007, 9 each Model #DCV-700, Sony Car Battery Adaptor; ITEM 0008, 9 each Model #V-4461 Ambico Soft Camera Carrying Case (BRAND NAME OR EQUAL); ITEM 0009, 4 each Model #TCD-C8, Sony DAT Recorder; ITEM 0010. 4 each Model #ACE60AM, Sony Worldwide AC Adaptor; ITEM 0011, 40 each Model #DT-120RA, Sony Cassette Tapes, DAT; and ITEM 0012, 16 each Model #DT-10CLA, Sony Cleaning Cassette, DAT. Delivery is required no later than 30 days after receipt of order. Inspection and acceptance of all items shall be at destination (government facility). The ship to address is INSCOM MSRA, 9801 Dalrymple Road, Bldg 712, Fort Belvoir, VA 22060-5246. The quotation shall include the following: (1) firm fixed pricing for each line item (unit price and extended price) listed in this announcement; (2) delivery date; (3) payment terms; (4) CAGE code, DUNS & /Bradstreet number, and taxpayer's ID number; (5) if required, specifications and technical data pertaining products other than brand name offered for Item 0008; and (6) executed provisions FAR 52.212-3 and DFARS 252.212-7000. This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 97-03. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this request for quotations: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1989); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1989); FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 1997); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 1997) (NOTE: For provision FAR 52.212-3, the written representations and certifications are required); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Aug 1996); FAR 52.203-6, Restrictions on Subcontractor Sales to The Government, with Alternate I (51 U.S.C. 253g and 10 U.S.C. 2402 ); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S. C. 423); FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); and FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to the solicitation: DFARS 252.212-7000, Offerors Representations and Certifications Commercial Items (Mar 1988) (NOTE: submission of written representations and certifications is required); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Applicable to Defense Acquisitions or Commercial Items (Nov 1995); DFARS 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582; DFARS 252.211-7003 Brand Name or Equal (Dec 1991); and DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998). Full FAR/DFARS text may be obtained at website http://www.arnet.gov/far. All responsible sources should submit a quote to fax number (703) 806-1156 or by e-mail to lcwalli@vulcan.belvoir.army.mil. Do not mail in your quotation. Quote shall be received by 1:00PM EDST, 10 July 1998. Award will be made within seven days after closing. See Note 1 -- 100% set aside for small business. Posted 06/29/98 (0180)

Loren Data Corp. http://www.ld.com (SYN# 0343 19980701\67-0001.SOL)


67 - Photographic Equipment Index Page