Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

67 -- HD Video Equipment

Notice Date
5/14/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, SFCA-NR-DW, Duway Proving Ground, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB80660002
 
Response Due
5/15/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W909NB80660002. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 65789_04. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-15 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dugway, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Exact Match Only, to the following: LI 001, HD Recording Control Deck. Sony XDCAM HD Recording Control Deck Model PDW-F75 (Migration SD-HD)., 1, EA; LI 002, HD Viewing Deck Player. Sony XDCAM HD Viewing Player Model PDW-F30., 2, EA; LI 003, VTR HDV/DV/DVCAM Recorder-player. Sony VTR NVR-M15U., 6, EA; LI 004, Remote Editing Controller. Sony XDCAM HD RM-280., 3, EA; LI 005, Sony Remote Control Cable (5 Meter). RCC-5G., 1, EA; LI 006, Sony (US) RS-422 Control Cable. RCC-10G., 2, EA; LI 007, Rack Mounting Kit for XDCAM HD Decks. RMMF-7030., 3, EA; LI 008, Sony Network Lan Opt. Card, XDCAM HD Players-Recorder. Part #DBK-101. 1 each board to be installed in the Sony PDW-F75 and 2 each boards to be installed in the PDW-F30 at the factory., 3, EA; LI 009, Video Board for XDCAM Player-Recorders. Sony MPEG 2-TS Opt. Card, in-out Video Board. PDBK-102. 2 each boards to be installed in the PDW-F30 at the factory and 1 each to be shipped to Dugway uninstalled/mounted. The board will be installed by the end user on site at later date., 3, EA; LI 010, Analog Input Board for XDCAM Players-Recorders. PDBK-103. These boards are to be shipping to shipping address. They will be installed by end user on site., 1, EA; LI 011, Converter Board. Sony SD Inpout up converter board to HD output XDCAM Player-recorder PDBK-104. This board to be insalled into the PDW-F70 at the factory., 1, EA; LI 012, Remote Control Unit. Sony wired control-s remote control Unit for HVR-M15U. DSRM10., 6, EA; LI 013, Mounting Kit. Sony Rack Mounting kit for HVR-M15 VTR-HDV/DV/DVCAM recorder/player. RMMHVRM15., 6, EA; LI 014, 6 PIN to 4 Pin Firewire cable 30 feet. CFW4P6P-06., 1, EA; LI 015, 6 Pin to 6 Pin Firewire cable 30 feet CFW6P6P-09, 1, EA; LI 016, iLink 4 Pin to 6 Pin 3.5m. IL4615B/IL463B., 1, EA; LI 017, iLink 6 Pin to 6 Pin 3.5 m. IL6615B/IL6635B, 1, EA; LI 018, HD Professional Disc Media. PFD23., 20, EA; For this solicitation, US ACA Dugway Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. Bid MUST be good for a minimum of 30 calendar days after submission. New equipment ONLY, NO remanufactured products Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(b)3rd Monday in January(c)3rd Monday in February(d)Last Monday in May(e)July 4th (f)1st Monday in September(g)2nd Monday in October(h)November 11th (i)4th Thursday in November(j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. 52.247-34. F.O.B. Destination NOV 1991. The full text of the FAR clauses may be accessed electronically at http://www.acqnet.gov/far Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. FAR 52.204-7 Central Contractor Registration. July 2006. Clause incorporated by reference. DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007. Clause incorporated by reference. The following FAR clauses apply: 52.232-33, payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003)(31 U.S.C.3332).The full text of the FARS clauses may be accessed electronically at http://www.acqnet.gov/far. DFAR 252.232-7010. Levies on Contract Payments. DEC 2006. Clause Incorporated by Reference. 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005). Clause Incorporated by Reference. Clause would be in full text in any award or solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39; 52.225-13; and 52.232-33 (payment by electronic funds); 52.222-50. The full text of the FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses of DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items will apply: 52.203-3; 252.225-7036; 252.227-7015; 252.227-7037 Alt I; 252.232-7003; 252.243-7002; and 252.247-7023 Alt III. The full text of the DFARS clauses may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses apply: 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; and 252.232-7010 Levies on Contract Payments. The full text of the DFARS clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b71691c8bbdf60e0aa4308f6409c80e3&tab=core&_cview=1)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022-5000
 
Record
SN01573150-W 20080516/080514220625-b71691c8bbdf60e0aa4308f6409c80e3 (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.