Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

67 -- PHOTOGRAPHY EQUIPMENT

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F13XRP40651400
 
Response Due
4/19/2004
 
Archive Date
5/4/2004
 
Point of Contact
Phillip Sabo, Contract Specialist, Phone 334-953-6970, Fax 334-953-3527, - Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2856,
 
E-Mail Address
phillip.sabo@maxwell.af.mil, toxie.courtney@maxwell.af.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F13XRP40651400 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040323. The North American Industry Classification System code is 333315 with a small business size of 500 employees. This acquisition will be solicited unrestricted. This requirement is for the purchase of Kodak and Mamiya photography equipment necessary for existing product compatibility for the 42 CS/SCSV at Maxwell Air Force Base, Alabama. LIST OF ITEMS REQUIRED: LINE ITEM 1: KODAK PROFESSIONAL DCS PRO BACK 645 M KODAK PART #8197329 QUANTITY 2 EACH, LINE ITEM 2 MAMIYA-645AF 55MM F2.8 LENS QUANTITY 2 EACH, LINE ITEM 3 MAMIYA 645M 150MM F3.5 LENS QUANTITY 2 EACH, LINE ITEM 4 KODAK BATTERY (6 PACK) FOR DCS PRO BACK KODAK PART #172-7270 QUANTITY 1 EACH. {End CLIN description} Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price and delivery. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price and delivery. Each offeror's quoted price will be evaluated for reasonableness. The contracting officer will make and award as determined to be in the government's best interest. Award will be made to a single source. The desired delivery date is 20 May 04. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jan 2004); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.204-7, Central Contractor Registration (Oct 2003); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Jan 2004). NOTE: Wide Area Work Flow (WAWF) registration can be obtained by accessing the internet https://wawf.eb.mil or by calling 866-618-5988. Registration must be completed before award. 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jan 2004) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2003); and 252.211-7003, Item Identification and Valuation (Jan 2004). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. All quotes must be for all items as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 19 Apr 2004. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-3527 attn: SSgt Phillip Sabo, e-mailed to phillip.sabo@maxwell.af.mil (subject: F13XRP40651400), or mailed to 42 CONS/LGCA, attn: SSgt Phillip Sabo, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. Reference the solicitation number and provide a delivery date on proposal. Please fax or e-mail any questions to SSgt Phillip Sabo, Contract Specialist.
 
Place of Performance
Address: 42 CS/SCSV, 210 SOUTH MITCHELL STREET BLDG. 926, MAXWELL AFB, AL
Zip Code: 36112
Country: USA
 
Record
SN00562435-W 20040410/040408211942 (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.