Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2003 FBO #0477
SOLICITATION NOTICE

58 -- 5836 ? Public Affairs Deployable Video and Video Cassette Recorder Capability Systems

Notice Date
3/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2033 Barnett Avenue Suite 315, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-03-R-3097
 
Archive Date
4/11/2003
 
Point of Contact
Doris Ragsdale, Contract Specialist, Phone (703) 432-3271, Fax (703) 432-3262, - Dorinne Rivoal, Supervisory Contracting Officer, Phone 703-432-3274, Fax 703-432-3262,
 
E-Mail Address
ragsdaledb@mcsc.usmc.mil, rivoaldm@mcsc.usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Marine Corps Systems Command has a Brand-Name Specific requirement for the procurement, design and assembly, packaging, and delivery of ITEM 0001 (1 Each) Public Affairs Three-Camera Video Capability System, ITEM 0002 (1 Each) Public Affairs Two-Camera Video Capability System, and ITEM 0003 (2 Each) Public Affairs Portable Video Cassette Recorder Capability Systems. EACH system in ITEM 0001 shall consist of the following: (3) Sony DSR-PD150 Video Cameras, (3) 3-yr Commercial Warranty for Video Cameras, (3) Sony ACVQ-700 Battery Chargers, (3) Sony VF58PK Filter Packs, (12) Sony NPF-960 Batteries, (3) Port-a-Brace POL-M2 Polar Covers, (3) Port-a-Brace RS-PD150 Rain Slickers, (3) Port-a-Brace SS-2 Slinger Bag, Black in Color, and (1) Lightweight, Appropriate-Sized, Pre-Fabricated, Matte Black Transit Case with Die-Cut or Pluck Foam Inserts, designed and assembled in conformance with the requirements included in this notice. EACH system in ITEM 0002 shall consist of the following: (2) Sony DSR-PD150 Video Cameras, (2) 3-yr Commercial Warranty for Video Cameras, (2) Sony ACVQ-700 Battery Chargers, (2) Sony VF58PK Filter Packs, (8) Sony NPF-960 Batteries, (2) Port-a-Brace POL-M2 Polar Covers, (2) Port-a-Brace RS-PD150 Rain Slickers, (2) Port-a-Brace SS-2 Slinger Bag, Black in Color, and (1) Lightweight, Appropriate-Sized, Pre-Fabricated, Matte Black Transit Case with Die-Cut or Pluck Foam Inserts, designed and assembled in conformance with the requirements included in this notice. And, EACH system in ITEM 0003 shall consist of the following: (1) Sony DSR-70A, (1) Sony Commercial Depot Level Maintenance Agreement for the DSR-70A, (1) Sony DSBK-160A SDI/IEEE-1394 I/O Board, (1) Sony BCL-120 Battery Charger, (2) Sony BPL-60A Lithium-ion Batteries, (1) Sony ACDN2BPAC AC Adapter Package, (1) Installation of DSBK-160A in the DSR-70A, (1) Lightweight, Appropriate-Sized, Pre-Fabricated, Matte Black Transit Case with Die-Cut or Pluck Foam Inserts, designed and assembled in conformance with the requirements included in this notice. This notice is a combined synopsis/solicitation, 100 percent small-business set-aside, NAICS Code 443112, small-business size standard of 500 employees, for the Public Affairs Deployable Video and Video Cassette Recorder Capability Systems in accordance with FAR 13.1 for simplified acquisitions and FAR 12.6 for commercial items as defined in FAR Part 2.1, and 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. The subject Request for Proposals (RFPs) incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-01 and Defense Acquisition Circular 91-13. This procurement includes the following tasks: PROCUREMENT TASK: The Contractor shall procure, or supply, all of the specified system components for ITEMS 0001, 0002, and 0003. The ITEM descriptions and their components are listed at the beginning of this combined synopsis/solicitation description. DESIGN AND ASSEMBLY TASK: The Contractor shall design and assemble a total of four lightweight, appropriately-sized, pre-fabricated, matte black transit cases with die-cut or pluck foam inserts--one for the Three-Camera System components (ITEM 0001), one for the Two-Camera System components (ITEM 0002), and two for the Video Cassette Recorder System components (ITEM 0003). All four cases shall be rugged in design and sufficient in size to safely and securely house customized die-cut or pluck foam inserts (black or gray in color) and the applicable system components--to include technical manuals and warranty information. Each case shall be lightweight and constructed of a molded, hardened, and reinforced plastic that is matte black in color. The cases shall be man-portable with built-in, low-profile wheels and a retractable pull-handle for easy transportability. Additionally, each case shall seal when closed to resist water, dust, and dirt; have a purge valve; clasps; and at least two locations to place a lock for additional support and security. PACKAGING TASK: The Contractor shall remove all manufacturer-packaging materials from all procured video components and securely repackage each of the four systems--to include the video components, technical manuals, and warranties--in their applicable, assembled transit case with die-cut or pluck foam. Each complete system shall then be packaged sufficiently for safe shipping to its designated Government location. SHIPPING TASK: Following preparations for shipping, the Contractor shall ship each Video and Video Recorder System F.O.B. Destination to its designated location within the timeframe proposed by the Contractor, but NLT 30 days after contract award. One each of ITEM 0001 and one each of ITEM 0003 shall be shipped to: Headquarters Battalion, 1st Marine Division (Deployed), C/O US Army Door-to-Door, (Attn: Capt Joe Plenzler, USMC), CRSP BLDG 6B Mark for M94400, Camp Doha, Kuwait. Additionally, one each of ITEM 0002 and one each of ITEM 0003 shall be shipped to: TMO M/F 4th MEB at Public Affairs (M99400), Bldg 1011 Ash Street, Camp Lejeune, NC 28542-5703. ADMINISTRATION: The Contractor shall assign one individual as the overall Engagement Manager and retain this individual in that position for the duration of the contract. The contractor shall provide qualified staff to sufficiently perform the duties of this effort. Throughout the performance of this contract, the Contractor shall have access to all data necessary to execute the strategy for the effort. Any difficulties with execution shall be reported to the Acquisition Project Officer within 24 hours of identification. LEVEL OF PACKAGING AND PACKING: The level of packaging and packing shall be in accordance with Manufacturer's practices. INSPECTION AND ACCEPTANCE: Inspection and acceptance shall be made at destination. COMMERCIAL WARRANTY: The Public Affairs Deployable Video and Video Cassette Recorder Capability Systems shall be warranted in accordance with offeror's commercial warranty. QUANTITIES AND PERIOD OF PERFORMANCE: ITEM 0001, Public Affairs Three-Camera Video Capability System, Qty 1 Each, delivery date shall be proposed, but NLT 30 days after contract award. ITEM 0002, Public Affairs Two-Camera Video Capability System, Qty 1 Each, delivery date shall be proposed, but NLT 30 days after contract award. ITEM 0003, Public Affairs Portable Video Cassette Recorder Capability System, Qty 2 Each, delivery date(s) shall be proposed, but NLT 30 days after contract award. FEDERAL ACQUISITION REGULATION-52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS: Proposal Contents: Offerors shall submit a proposal, to include: proposed costs; proposed delivery date(s) for each destination; a brief technical proposal (no more than three pages) explaining, in sufficient detail for technical evaluation, the proposed design and assembly plans of the transit cases; and any available pictures, diagrams, and specifications for the transit cases and die-cut or pluck foam inserts. Past Performance: Provide two examples of recent past performance involving similar efforts at similar dollar values that illustrate evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contract Specialist. Submit proposals to Marine Corps Systems Command CTQ3DBR, ATTN: Doris Ragsdale, 3041-A McCawley Avenue, Quantico, VA 22134. E-mail responses may be sent to Doris Ragsdale at ragsdaledb@mcsc.usmc.mil. Telephonic responses will not be considered. Offerors must submit their proposals to reach destination by 3:00 PM Eastern Standard Time (EST), 27 March 2003. Contractors are also requested to provide the following information with their proposals: TIN, NAICS Code, DUNS Number, CAGE Code, Central Contractors Registration (CCR) Expiration Date, Point of Contact (POC), E-mail address, telephone number, fax number, remit-to address, and payment terms. FAR 52.212-2, Evaluation-Commercial Items Offerors: Award will be based on the following criteria, which is listed in descending order of importance: (1) DELIVERY SCHEDULE (Kuwait being most important), (2) COST, (3) TECHNICAL, and (4) PAST PERFORMANCE. FAR Clauses: 52.212-3 Offeror Representations and Certifications, which shall be required from the Contractor prior to contract award, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Within clause 52.212-5, the following clauses apply: 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.232-18 Availability of Funds. 52.247-34, F.o.B. Destination. DFARS clauses: 252.204-7004, 252.212-7001, 252.225-7000, and 252.225-7007.
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00284318-W 20030322/030320213815 (fbodaily.com)
 
Source
FedBizOpps.gov 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.