Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

70 -- Purchase of Radio and Television Broadcasting Equipment

Notice Date
9/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Center, 23755 Z Street, Riverside, California, 92518-2031
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002882088604
 
Response Due
9/15/2008 2:00:00 PM
 
Archive Date
12/4/2008
 
Point of Contact
Allen L. Powers,, Phone: 9514132382, Artimae Shepherd,, Phone: 951-413-2303
 
E-Mail Address
allen.powers@dodmedia.osd.mil, atrimae.shepherd@dodmedia.osd.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is a 100% Total Small Business Set-Aside. Solicitation/synopsis reference number HQ002882088604 is being issued as a Request for Proposal (RFP). Provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 effective 28 FEB 2008. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (NOV 2007) (a) Re para (a): NAICS 334220; small business size standard is 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all requirements in CLINs 0001 thru 0010 descriptions below. The items mentioned are unique to the manufacturers and are part of a total system. (3) PROPOSALS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 15 SEP 2008 IN ORDER TO BE CONSIDERED. Quotations may be emailed to allen.powers@dodmedia.osd.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Proposals must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (NOV 2007) or indication that reps and certs are in ORCA. CLINs 0001-0010: SEE ATTACHED REQUEST FOR OFFER/QUOTES FOR ITEMS, SPECIFICATIONS, AND MANUFACTURER/PART NUMBERS. PREFERRED METHOD OF OFFER/QUOTE SUBMISSION IS USING ATTACHED FORM. The Government will consider quotes only from “authorized resellers.” The contractor must bid on ALL items and must be quoted FOB Destination. Partial quotes and failure to quote “FOB Destination” shall be rejected as non-responsive. This will be a brand name only procurement, all equipment and associated parts must be as requested items because they are part of a complete system. Substitutes will not be accepted. THIS PROCUREMENT IS 100% TOTAL SMALL BUSINESS SET-ASIDE. The Contractor must be an authorized reseller of the referenced Manufacturers. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.211-15 (Defense Priority and Allocation Requirements) (APR 2008) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (FEB 2008) FAR 52.222-3 (Convict Labor) (JUN 2003) FAR 52.232-18 (Availability of Funds) (APR 1984) (ITEMS 1 & 2 ONLY) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) FAR 52.233-3 (Protest After Award) (AUG 1996) FAR 52.247-34 (F.O.B. Destination) (NOV 1991) FAR 52.252-2 (Clauses Incorporated By Reference) (FEB 1998) FAR 52.252-6 (Authorized Deviations In Clauses) (APR 1984) FAR 52.253-1 (Computer Generator Forms) (JAN 1991) DFARS 252.204-7003 (Control of Government Personnel Work Product) (APR 1992) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.212-7001 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items) (MAR 2008) (Deviations) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.243-7001 (Pricing of Contract Modifications) (DEC 1991) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2004), will be included. To Be Shipped To: Defense Information School/DINFOS 6500 Mapes Road/Attn: M. Griffin Logistics Division; Room 1212 Ft G Meade, MD 20755-5620 Invoicing Instructions - Mandatory: In accordance with DFARS clause 252.232-7003, invoices under this contract/order are to be submitted electronically. This office, and the Department of Defense, have determined that Wide Area WorkFlow (WAWF) at https://wawf.eb.mil is the preferred electronic method to be used. However, if your available computer hardware or computer configuration is incompatible with WAWF, the Web Invoicing System (WinS) at https://ecweb.dfas.mil may be used or any other mutually agreed to electronic method may be used in accordance with paragraph (c) of the clause. Vendors must register in the WAWF system at https://wawf.eb.mil. If you have questions during the registration process, you can call the WAWF help desk at (866) 618-5988. The WAWF system provides for submission of invoices in several different forms. It is recommended that an “Invoice and Receiving Report (Combo)” be used when the contract/order is for supplies and an “Invoice as 2-in-1 (Services Only)” be used when the contract/order is for services. Using these types of WAWF documents automatically generates an e-mail notification to the receiver that their acceptance is required for the document to be processed for payment. Due to the fact that our office processes contracts/orders for various receivers from other agencies, we cannot at this time guarantee that the Deliver To code in block 15 of the Standard Form 1449 is registered and active in WAWF. If the code is not active in the WAWF system, you will be unable to use either the “Invoice and Receiving Report (Combo)” or the “Invoice as 2-in-1 (Services Only)” option in WAWF. In this case, you will need to enter your invoice using the “Invoice” option. This will generate a stand-alone invoice not associated with a receiving report. The receiving office will then be required to separately submit their receiving report to the Defense Finance and Accounting Service for processing. Use of the WAWF electronic invoicing system can decrease the time required to process an invoice. It also allows for tracking invoices and acceptance on-line without further correspondence.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57f97dbf2f72ff302ce6c73b05954f54&tab=core&_cview=1)
 
Place of Performance
Address: Defense Information Schools (DINFOS), 6500 Mapes Road, Logistics Division Room 1212, Ft G Meade, Maryland, 20755-5620, United States
Zip Code: 20755-5620
 
Record
SN01662077-W 20080908/080906213930-57f97dbf2f72ff302ce6c73b05954f54 (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.