Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
SOLICITATION NOTICE

58 -- 366 SFS Patrol Car Cameras

Notice Date
9/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-09-P-0081
 
Archive Date
10/15/2009
 
Point of Contact
Heather M. Rippy, Phone: 2088283108
 
E-Mail Address
heather.rippy@mountainhome.af.mil
(heather.rippy@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3SF9181A001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and through Department of Defense Acquisition Regulation Change Notice 20090825. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423410; Small Business Size Standard: 500 (v) CLIN: Brand Name or Equal: (0001): 14 ea - DV-1 overhead system 3rd generation. Includes overhead recorder unit, front camera, cabin, microphone, hardware and cabling, lifetime firm upgrades, 1 year factory warranty, wireless microphone, leather holster, 10 pack DVD + rw evidence disc, fleet manager utility, DVD manager utility, visor post bracket Ford Crown Victoria 2005-2009, integrated GPS technology. (0002): 14 ea - DV-1 system installation (0003): 1 ea - Watchguard DVD manager utility premium software (includes Codec) (0004): 1 ea - shipping Contractor to furnish all labor, tools, parts, materials, facilities, transportation, and supervision necessary to provide: Digital vehicle recording equipment for evidence gathering. (vi) FOB-Destination for delivery to: 366 SFS, Mountain Home AFB, ID 8. Delivery NLT 30 Days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim;; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) ** Eric Thaxton ton 129 Andrews Street, Suite 102, Langley AFB, VA 23665, Phone: (757)764-5371, Fax: (757)764-4400, Email: eric.thaxton@langley.af.mil ** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Over SAT ). (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiii) Numbered Notes 1. The purposed contract is 100% set-aside for small business concerns. (xiv) Quotes must be emailed to heather.rippy@mountainhome.af.mil, or faxed to (208)-828-2658. Quotes are required to be received no later than 0900 MST, 30 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-09-P-0081/listing.html)
 
Place of Performance
Address: 366 SFS, MHAFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01972387-W 20090930/090928235246-f65f6c7f708d71786c31d68ee780c930 (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.