Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

67 -- Cameras and Camcorders

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Ave. Nw, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
PR20050413
 
Response Due
8/26/2009
 
Archive Date
2/22/2010
 
Point of Contact
Name: Shaun Saad, Title: contract specialist, Phone: 2023441971, Fax: 2023441093
 
E-Mail Address
shaun.galen.saad@cbp.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is PR20050413 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 325992 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-26 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20229 The DHS Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Canon EOS Rebel T1i SLR Camera, 20, EA; LI 002, Canon EOS-1Ds Mark III SLR Camera, 1, EA; LI 003, Canon KH13x4.5KRS HD13x1/2" XDCAM HD Len, 1, EA; LI 004, Canon KH20x6.4KRS HD20x1/2" XDCAM HD Len, 1, EA; LI 005, Canon Powershot A2100 Camera w/kit, 10, EA; LI 006, JVC GY-HM100U ProHD Camcorder, 10, EA; LI 007, Sony HDR-XR500V 120Gb HD Handy Camcorder, 10, EA; LI 008, Sony PMW-EX3 XDCAM EX HD Camcorder, 2, EA; LI 009, Media A/V Supplies- Listing Attached, 1, AU; LI 010, Canon 5D Mark II SLR Camera, 10, EA; For this solicitation, DHS Customs and Border Protection 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 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. see attached (a)Award of the items will be made on the grand total of ALL item numbers. Quoters must quote ALL items in the Schedule in order to be eligible for award of a contract or purchase order. Only ONE (1) contract or purchase order will be awarded as a result of this solicitation.(b)Award will be made on the basis of the lowest priced offer of a responsive and responsible quoter.(c)The Government reserves the right to reject offers that are unreasonably low or high in price.(d)The lowest price will be determined by adding the extended prices of all item numbers to arrive at a grand total.(e)The Government will determine quoter responsiveness by assessing the quoter's compliance with the item specifications and other terms of the solicitation. The Government will use, but is not limited to, the descriptive literature and narrative statements submitted by the quoter with his quote, in its determination of compliance with specifications.(f)The Government will determine quoter responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1. Quoters shall complete and submit the following, which shall comprise their quotation: (a)Complete price bid for each Line item listed(b)Completed "Schedule of Supplies/Services," clearly showing the manufacturers/model numbers with unit prices and extended amounts of all item numbers in the Schedule with a grand total. See spreadsheet attachment.(c)Manufacturers descriptive literature for each line item that describes the item being offered and clearly shows that the product conforms to the specifications listed for the item. Descriptive literature must be identified with the corresponding item line number. The U.S. Contracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Lack of descriptive literature for any line item may be cause for rejection of the quotation.(d)Written narrative statements are required for items where descriptive literature is lacking or incomplete information is given in the literature. The statements must describe the products being offered. At a minimum, each statement must contain the salient features/specifications cited in the line item number for the product to show that the offered product conforms to the specifications. Written statements must be identified with the corresponding item line number. The U.S. Contracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Lack of written narrative for any line item may be cause for rejection of the quotation.(e)The submissions under paragraphs (c) and (d) above are required to enable that the U.S. Contracting Officer to make a complete evaluation of the items being offered.(f)Completed provision 52.212-3, "Offeror Representations and Certifications -- Commercial Items", if not already in ORCA.(g)Submission of quotations must be made before the closing date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20050413/listing.html)
 
Place of Performance
Address: Washington, DC 20229
Zip Code: 20229
 
Record
SN01928126-W 20090828/090827001746-ece758fd9449fcaf87942b846fc9b758 (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.