Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

67 -- Digital Single Lens Reflex Video Kits

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0013
 
Archive Date
9/1/2010
 
Point of Contact
Ruby Phillips, Phone: 757-763-4432, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
ruby.phillips@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(ruby.phillips@nsweast.socom.mil, mary.tuttle@nsweast.socom.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 the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0013. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-44, effective 08 July 2010 and DFARS Change Notice 2009-O0009. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The North American Industrial Classification (NAICS) code is 443130, the Small Business Standard is $6.5 Million This requirement is a 100% Small Business Set Aside. The Naval Special Warfare Group Four, 2220 Schofield Road, Virginia Beach, VA. request responses from all qualified sources capable of providing Clin 0001: 8 each Digital Single Lens Reflex (SLR) Video Kits. Performance shall be as specified in the Statement of Work below: (contents of the kits are provided as an attachment to the statement of work) The period of Performance shall begin immediately upon issuance of the purchase order. All performance shall be completed no later than 30 September 2010. Delivery location: Naval Special Warfare Group Four, 2220 Schofield Road, Virginia Beach, VA. This requirement is FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.202-1 Definitions (JUL 2004), 52.203-3 Gratuities (Apr 1984), 2.203-6 Restrictions On Subcontractor Sales To The Government (SEP 2006), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions (SEP 2007), 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (SEP 2007), 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000), Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.209-5 Certification Regarding Responsibility Matters (APR 2010), 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), 52. 211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness and Energy Program Use (APR 2008), 52.212-3 Offeror Representations and Certification-Commercial Items (AUG 2009), 52.212-3 and its ALT I (Jun 2008), Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)(Oct 2008), 52.219-27 Notice of total Service-Disabled Veteran-Owned Small Business Set-aside (MAY 2004). 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.233-1 Disputes (JUL 2002). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2001), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005)and 252.211-7003 Item Identification and Valuation (Aug 2008). 5652.204-9000 Individual Authorized to Sign (2003), 5652.233-9000 Independent Review of Agency Protests (2009) and 5652.237-9000. Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 1200 noon hours (Eastern Standard Time) on 17 Aug 2010. All questions shall be sent to the Contracting Officer, Ruby Phillips, at (757) 763-4432 or email ruby.phillips@nsweast.socom.mil STATEMENT OF WORK D-SLR and Video Camera Equipment Kits ISO Naval Special Warfare Group FOUR •1.0 Project Overview: •1.1 Provide Digital SLR and Digital Video Camera Kits comprised of the attached component list (see attachment). •1.2 The Contractor shall provide equipment which matches the required list of components as closely as possible. •2.0 Detailed Description of the Work to be performed: •2.1 Task Description : •2.1.1. Provide NSWG-4 with 8 D-SLR/Video kits (known hereafter as the "kit") comprised of the components listed in Attachment (1). The equipment manufacturer shall be a major, name brand manufacturer with MFR warranties provided (or equal). •2.1.2. All components of the kit, less the camera tripods, shall fit within a robustly engineered wheeled travel case, suitable for commercial aircraft as carryon or checked luggage. The case will be organized in such a way as to provide quick and efficient access to all components. •2.1.3 Organizing pouches and cases will be provided to secure all components within the provided wheeled case. Cables shall be provided with a cable organizer system to allow neat wrapping and storage of cables. •2.1.4 No equipment will be marked with the vendor's or NSWG-4 name or logos. Manufacturer names, placards and logos are acceptable. 2.2 Place of Performance: The equipment shall be delivered, as a kit, to NSWG-4 via commercial shipping methods or hand delivery. 2. 3 Contractor Furnished Material : See Attachment (1) •3.0 Government Furnished Equipment (GFE) : None. •3.1 Hazardous Material Use, Handling, or Disposal: The Contractor shall comply with all Federal, State, and local (where the work is performed) laws regarding the use, handling, or disposal of hazardous materials (petroleum products, paints, coatings, etc.) required under this order. 4.0 Period of Performance : The contractor shall deliver complete kits to NSWG-4 by 01 September 2010 or provide an anticipated delivery time frame, shortly thereafter. 4.1 Delivery must be coordinated with the below point of contact. 5.0 Point of Contact : SBCS Cary Lerner @ 757-763-4308 or via email cary.lerner@nsweast.socom.mil ATTACHMENT (1) NAVAL SPECIAL WARFARE GROUP 4 - DSLR AND DIGITAL VIDEO CAMERA KIT (8 KITS) Quanity/Kit Description Full Frame DSLR: 1 Canon EOS Full Frame Digital Camera High ISO (Camera Body) 3 Rechargeable Lithium-Ion Battery Pack (Spare) 1 Wireless/Bluetooth Transfer Module 1 USB Bluetooth 1 Wired Remote Shutter Switch 1 Wireless Remote Shutter Switch 2 8 GB 300x UDMA Compact Flash Memory Card Lenses: 1 28-135mm f/3.5-5.6 IS USM 1 70-200mm f/2.8L IS II USM Lens 1 2x II Extender 1 Hot Shoe Activated GPS Datalogger Sub-Full Frame Camera: 1 Canon PowerShot Gil Digital Camera w/cables/software 1 Wired Remote Shutter Switch 1 8GB Class 6 SDHC (2 Pack) 1 Battery Pack (Spare) 1 Waterproof Enclosure (rated to 30m) 1 2 Lens Adapter 58mm, Aluminum Desiccant Packs (5 Pack) 1 Sub-Full Frame Camera, UV modified: Canon Powershot Gil Digital Camera Modified for UV Photography w/cables/software 1 Wired Remote Shutter Switch 1 8GB Class 6 SDHC (2 Pack) 1 Battery Pack (Spare) 1 Waterproof Enclosure (rated to 30m) 1 Lens Adapter 58mm, Aluminum •1 Canon High Definition Flash Memory Camcorder •1 32GB Class 10 SDHC (2 Pack) •1 Battery Pack High Capacity (Spare) •1 Waterproof Enclosure (rated to 30M) •1 67mm UV Filter •1 37mm UV Filter •2 Desiccant Packs (5 Pack) Manfrotto Tripods : •1 Carbon Fiber Tripod Legs (Black), without Head •1 Aluminum Tripod Black, without Head •1 Heavy Duty Grip Ball Head •1 Digital Precision Adjustment Geared Head •2 Spare Head Plate with ¼" screw •2 Spare Head Plate with ¼" and 3/8" screws Transport: •1 Backpack with Padded Computer Compartment/Padded Camera Ports •1 Pro Large Roller Case with removable Camera compartments Media/Misc: •1 SD to CF Type II Adapter •1 Hard Plastic Digital Media Storage Case holds 8 Secure Digital Cards •2 Modular Equipment Storage Compartment 7.5 x 5 x 3 inches •2 Modular Equipment Storage Compartment 10 x 7 x3 inches •1 Microfiber Towel, Foliage Green •1 General Brand Lens Cleaning Kit CF/SD Dual-Slot USB Reader
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWGF4/H92242-10-T-0013/listing.html)
 
Place of Performance
Address: Naval Special Warfare Group Four, 2220 Schofield RD, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02226055-W 20100804/100802235529-0dc7e97ace0f65cad02c7388f924cefe (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.