Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

70 -- Tripod System - RFQ

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002892448603
 
Archive Date
12/4/2009
 
Point of Contact
Allen L. Powers, Phone: 9514132382, KAREN NEWLANDER, Phone: 951-413-2303
 
E-Mail Address
allen.powers@dodmedia.osd.mil, KAREN.NEWLANDER@DMA.MIL
(allen.powers@dodmedia.osd.mil, KAREN.NEWLANDER@DMA.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Offer/Quote. 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 solicitation will be posted to the Federal Business Opportunity (FBO) web-site as a “Brand Name or Equal 100% Total Small Business Set-Aside”. Solicitation/synopsis reference number HQ002892448603 is being issued as a Request for Offers/Quote (RFQ). Provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 effective 11 AUG 2009. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334310; 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. 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 paragraph (a): The Government will issue an award to the responsible contractor; with acceptable past performance, submitting the lowest priced technically acceptable offer/quote. (3) PROPOSALS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 14 SEPTEMBER 2009 IN ORDER TO BE CONSIDERED. Please use the attached "Request for Offer/ Quote" form to submit your offer/quote and forward by email to allen.powers@dma.mil or 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) (FEB 2009) or indication that reps and certs are in ORCA. CLIN 0001-0002: GOVERNMENT REQUIREMENT (I.E. LINE DECRIPTIONS & MANUFACTURER NAME/PART NUMBERS) IS PROVIDED IN THE ATTACHED “REQUEST FOR OFFER/QUOTES”. THIS IS A “BRAND NAME OR EQUAL 100% TOTAL SMALL BUSINESS SET-ASIDE”. All equipment and associated parts must be as requested as they are part of a complete system/package. Substitutions from the Brand Name will only be considered upon full disclosure/description of the “as equal” product, to include the manufacturer name and parts numbers, so the government may evaluate acceptability in meeting the salient features/specifications of the government requirement. The Government will consider offers/quotes only from “authorized resellers” of the referenced manufacturers. Contractor’s offers/quotes must be FOB Destination or will be considered non-responsive. To Be Shipped To: DEFENSE INFORMATION SCHOOL – DINFOS 6500 MAPES ROAD LOGISTICS DIVISION ROOM 1212 FT G MEADE, MD 20755-5620 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 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) 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. 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, has 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
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002892448603/listing.html)
 
Place of Performance
Address: DEFENSE INFORMATION SCHOOL – DINFOS, 6500 MAPES ROAD, LOGISTICS DIVISION ROOM 1212, FT G Meade, Maryland, 20755-5620, United States
Zip Code: 20755-5620
 
Record
SN01941554-W 20090906/090905000646-4926365cad871209a9d0011c7224ec56 (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.