Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

67 -- High Definition Video Production Camera Equipment

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W90KW80175KD07
 
Archive Date
8/28/2010
 
Point of Contact
Stephen D. Cosey, Phone: 9104326323, C. Scott Phelps, Fax: 910-432-9345
 
E-Mail Address
stephen.cosey@soc.mil, conway-phelps@soc.mil
(stephen.cosey@soc.mil, conway-phelps@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) FAC 2005-43, Addendum 12 July 23, 2010. North American Industrial Classification Code (NAICS) 334310 applies to this procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Special Operations Command (USASOC) has a Brand Name or Equal requirement for the following manufacturers: Sony, Nikon, LowePro, Bescor, Sachtler, VZ Blackhawk and Pearstone. Items called for by this request for quotation have been identified by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information shall be excluded from competition. Products requested are: CLIN 0001 SONY PMW-EX3 XDCAM-EX HD CAMCORDER/REG (Mfr Part# PMWEX3) (3EA) CLIN 0002 VARIZOOM BLK HAWK STABLIZER (10-25lbs)W (Mfr Part# VZ BLACKHAWK) (1EA) CLIN 0003 PEARSTONE PRO CAMCORDER CASE W/WHEELS/R (Mfr Part# HDC-1010W) (3EA) CLIN 0004 NIKON D-5000 DIGITAL SLR CAMERA/REG ( Mfr Part# MFR-25452) (4EA) CLIN 0005 NIKON 18-200mm f/3.5-5.6G ED VRII LENS/ (Mfr Part# 2192) (4EA) CLIN 0006 LOWEPRO SLINGSHOT 202 (BLACK)/REG (Mfr Part# LP36173-PEU) (4EA) CLIN 0007 SONY SXS-PRO MEDIA 32 GB/REG (Mfr Part# SBP32) (9EA) CLIN 0008 SONY 55wh BATTERY f/PMW-EX1UC/REG (Mfr Part# BP-U60) (3EA) CLIN 0009 BESCOR LED-35D 35W LED LIGHT w/DIMMER/FI (Mfr Part# LED 35D) (3EA) CLIN 0010 SONY PMW-EX3XDCAM-EX RECORDING DECK/REG (Mfr Part# PMW-EX30) (3EA) CLIN 0011 SACHTLER FSB 6/MIDLEVEL/2-STAGE TRIPOD (Mfr Part# FSB-6) (3EA) CLIN 0012 NIKON 35mm f/1.8G NIKKORDX AFS LENS/USA (Mfr Part# 2183) (4EA) CLIN 0013 Shipping and Delivery to North Carolina DELIVERY: Desired delivery date is 30 Days ARO to Fort Bragg NC 28310. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and USOCOM Supplement provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) 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: (1) Technical Acceptability, (2) Price, and (3) Delivery. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Technical Acceptability will be evaluated on a Pass or Fail basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). 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 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and email address of the Contracting Officer is Mr Scott Phelps, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Fax: 910-432-9345; conway-phelps@soc.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this Solicitation using the same contact information identified in clause 5652-201-9002. The full text of all clauses may be accessed electronically at http://farsite.hill.af.mil. Quotes shall be submitted to HQ, USASOC ATTN: AOCO SSG Stephen Cosey or Mr Scott Phelps, Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 1:00 p.m., Friday, 13 August 2010. Questions must be submited not later than 11 August 2010. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include item specifications, unit and total price, (2) delivery time and F.O.B point, (3) completed Official Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be grounds for the offer to be eliminated from competition. It is the responsibility of offerors to review the FBO website for any changes or amendments to this RFQ. Offerors must be actively registered in Central Contractor Registration (CCR) as a small business concern prior to award. DUNS/CCR website is: http://www.ccr.gov. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting specialist listed below. It is the offeror's responsibility to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issues will be published on FedBizOpps, the same as this solicitation Point of contact for information is SSG Stephen Cosey Contract Specialist, stephen.cosey@soc.mil or (910) 432-6323 or Mr. Scott Phelps, Contracting Officer, conway-phelps@soc.mil. Email is preferred method of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W90KW80175KD07/listing.html)
 
Place of Performance
Address: 1st SWTG, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02226885-W 20100805/100803235359-c06ba27a269e0fa8c2bcf0bd0cdf7436 (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.