Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2007 FBO #2202
SOLICITATION NOTICE

70 -- DVR and Miscellaneous Accessories.

Notice Date
12/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-7312-0500
 
Response Due
12/12/2007
 
Archive Date
2/10/2008
 
Point of Contact
Linda Duvall, 801-523-4091
 
E-Mail Address
Email your questions to USPFO for Utah
(linda.duvall@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: DVR and Miscellaneous Accessories SOLICITATION NUMBER: W67K2S-7312-0500 QUOTE DUE DATE: 12 December 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423690, size standard is 100 Employees. REQUIREMENT: 1: Six (6) Linux 4 Channel 120FPS DVR 250GIG, Model #LUX-EM4250; 2: Twelve (12) Linux 480TVL Fixed Bullet IR, Model #LUX-BIR480; 3: Two (2) 12VDC 1.5 Amp Reg Power Supply; 4: Six (6) RG59&18/2 500 WHT; 5: Twelve (12) 12VDC Jumper Cable F/PW R. Must quote Linux make and model for items one and two; no substitutes will be accepted. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated into the solicitation and the resulting contract: FAR 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, EvaluationCommercial Items; FAR 52.212-5, Cont ract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222 -3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222 -36, Affirmative Action for Workers with Disabilities; 52.225-1, Buy American Act-Supplies; 52.225-2, Buy American Act-Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Fun ds TransferCentral Contractor Registration; 52.233-2, Service of Protest After Award; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.219.1, Small Business Program Representation; 52.252-2, Clauses Incorporated by Reference; 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, El ectronic Submission of Payment, EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in ord er of importance: (1) offerors capability to provide a quality product that meets the Government needs (for items three, four and five); (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and /or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 10:00 a.m. MST on 12 December 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accept ed. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include specifications/descriptive literature for items (three, four and five) being offered, cost/price to include any shipping and handling to 84020 and at least three references (companies who youve provided similar items too) or quote may be considered non-responsive. Questions may be e-mailed to the address abov e; no telephone calls will be accepted.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01464273-W 20071207/071205231536 (fbodaily.com)
 
Source
FedBizOpps 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.