Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

59 -- Rear Projection Interactive Touch Screen

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA Pacific Procurement Office (DPPO), Unit 35007, APO, AP, 96376-5007
 
ZIP Code
96376-5007
 
Solicitation Number
HE1260-05-Q-0161
 
Response Due
9/21/2005
 
Archive Date
10/6/2005
 
Description
Description (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued.>>> (ii) RFQ HE1260-05-Q-0161 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR).>>> (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Change Notice 20050905. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm or http://www.arnet.gov/far/index.html.>>> (iv) This procurement is being issued for full and open competition. North American Industrial Classification Standard: 443112 The supplies being requested are for use outside the continental United States. The exact location is described in paragraph vii>>> (v) A list of contract line items: Clin 0001: Noun: Rear Projection Interactive Touch Screen Whiteboard. Quantity: 2 >>> (vi) Description of requirements: These items are being solicited brand name or equal. To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must (1) Meet the same form, fit, and function of the brand name item. (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.>>> Brand name manufacture: Smart Technologies Inc. Noun: Rear Projection Interactive SMART Whiteboard. Manufacture # RPSB4000I-DV Smart Board Touch Screen >>> The salient physical, functional, or performance characteristics must meet the same form, fit, and function of the brand name item.>>> (vii) Shipping is FOB Destination, Defense Distribution Depot, Tracy Depot, Bldg 30 CCP, 256000 Christmas Road, Tracy, CA 95376. Delivery date shall be 31 Oct 05. See attached shipping instructions.>>> (viii) The provision at FAR 52.212-1 Instruction to Offerors Commercial Items applies to this acquisition.>>> (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The Following factors shall be used: Price and technical capability.>>> (x) Offerors must include with your quote a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial items. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm or http://www.arnet.gov/far/index.html.>>> (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition.>>> (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004); 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631); Notwithstanding the requirements of the preceding clauses, the Contractor is not required to flow down any FAR clause other than those stated below: 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52-222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631). While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.>>> (xiii) The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.203 Gratuities; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, (SEP 2004); DFARS 252.232-7009, Mandatory Payment by Government Wide Commercial Purchase Card, (JUL 2000); 252.232-7010 Levies on Contract Payments, (SEP 2005); 252.211-7003, Item Identification and Valuation, (JUN 2005); DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items paragraph (c); In addition to the clauses listed in paragraph (xii) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2005) (Section 1092 of Pub. L. 108-375); 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).>>> (xiv) Defense Priorities and Allocations System, non rating.>>> (xv) There are no numbered notes.>>> (xvi) All quotes resulting from this combined synopsis/solicitation are due by 1500 Japan time on 19th of September 2005 at DoDDS Pacific DDESS Guam, fax 011-81-98-957-4535 and/or by email to Mr. Stephen M. Pastore at: Stephen.Pastore@pac.dodea.pac.>>> INSTRUCTIONS FOR FREIGHT SHIPMENT (A). FREIGHT SHIPMENT MUST BE MARKED WITH ALL INFORMATION SHOWN IN THE FREIGHT ADDRESS AND INCLUDE THE TRANSPORTATION CONTROL NUMBER (TCN) IN THE "MARK FOR" ADDRESS AND EACH BOX SHALL BE MARKED WITH TAC CODE: FEAB >>> (B). PROVIDE THE TOTAL PIECES, GROSS WEIGHT, TOTAL CUBE AND /OR DIMENSIONS OF EXTERIOR CONTAINER(S).>>> (C). SHIPMENT SHALL BE MADE USING THE MOST ECONOMICAL METHOD AVAILABLE. DETERMINATION OF THE MODE OF SHIPMENT SHALL BE CONSISTENT WITH CURRENT SIZE, WEIGHT, AND MATERIAL RESTRICTIONS.>>> FREIGHT SHIPMENT ADDRESS:>>> SHIP TO: PORT OF EMBARKATION (POE) MARK FOR: TCN: HE7001-5250-1003XXX DEFENSE DISTRIBUTION CENTER TRACY FACILITY, CCP BLDG. 30 25600 CHRISMAN ROAD TRACY, CA 95376 POC: Customer Service TRUCK CONTROL PHONE # 209-839-4348 FAX# 209-839-4334 (COMM) E-MAIL: customerservice@smtpgate.ddc.dla.mil >>> MARK FOR: DOD DEPENDENTS SCHOOLS OKINAWA CENTRAL WAREHOUSE DSO KADENA AB , JAPAN TCN: HE7001-5250-1003XXX MAILING ADDRESS: TCN: HE7001-5250-1003XXX DoDDS DISTRICT SUPERINTENDENT OKINAWA ATTN: SUPPLY SUPPORT UNIT 5166 APO AP 96368-5166 >>> NOTE: PALLETIZING OF CARGO SHIPPED THROUGH DEFENSE DISTRIBUTION CENTER SAN JOAQUIN, TRACY DEPOT, CA. >>> Material must be crated (when necessary), skid mounted or palletized and shrunk wrapped or banded. All shipments being processed through Tracy Depot cannot be stacked on the floor of the delivery truck(s). It must be palletized and be capable of being easily moved with a forklift. If not, the delivery truck personnel will be responsible for unloading. The government will not reimburse the contractor for this additional expense. Material being shipped to Tracy Depot must be properly packed, marked and unitized where possible by the Transportation Control Number (TCN). >>> End of Instructions
 
Place of Performance
Address: Okinawa Japan
 
Record
SN00894354-W 20050915/050913213028 (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  © 1994-2020, Loren Data Corp.