Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

84 -- Reintegration Kit - Package #1

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
F2QF150202A003
 
Archive Date
9/28/2010
 
Point of Contact
Jim Robinson, Phone: 7572257706
 
E-Mail Address
jim.robinson@langley.af.mil
(jim.robinson@langley.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Shipping Information Combined Synopsis/ Solicitation COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is being issued as 100%, HUBZone set aside. Request is for BRAND NAME or EQUAL. If providing an or equal item, the quote must state the items are an or equal and the prospective offeror has the responsibility to ensure that any or equal items proposed are bonafide or equals to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their or equal. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, Effective 1 Feb 2010. The government requires the following items within the Reintegration Kit to be Brand Name or Equal, see the salient characteristics stated below. All responsible sources offering Brand name or EQUAL equipment may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. The North American Industry Classification System (NAICS) code for this requirement is 423990 with a small business standard size of 100 employees. 1. Description: Brand name or EQUAL items within the Reintegration Kit Delivery: 60 Days ARO FOB Destination Please see attachment for delivery addresses. Shipping should be included in the vendor's quote (CONUS & OCONUS) ITEM NO SCHEDULE OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 REINTEGRATION KIT WITH THE ITEMS LISTED BELOW 99 EA $ _________ $ _________ 1001 OPTIONAL CLIN: REINTEGRATION KIT WITH THE ITEMS LISTED BELOW 99 EA $ _________ $ _________ 2001 OPTIONAL CLIN: REINTEGRATION KIT WITH THE ITEMS LISTED BELOW 99 EA $ _________ $ _________ 2. Salient Characteristics: The salient characteristics are listed in the table below. All items listed are brand name or equal. Reintegration Kit Items listed below are the components for each Reintegration Kit. ITEM U/I PER KIT Pearstone LMT100 - Low to High Impedance Matching Transformer EA 1 Audio-Technical AT803B - Omni-Directional Lavalier Condenser Microphone EA 1 Canon VIXIA HF S100 Flash Memory High Definition Camcorder EA 1 Delkin Devices 16GB eFilm PRO SDHC Memory Card EA 8 Canon BP-819 Replacement Lithium-Ion Battery EA 2 Canon CG-800 Charger Adapter EA 1 Smith-Victor P820 Pinnacle Tripod with 2-Way Fluid-Effect Head (Quick Release) - Supports 6 lb (2.7 kg) Set 1 Smith-Victor Quick Release Plate for Pinnacle Tripods EA 1 Smith-Victor TB-440 27" Tripod Bag - Medium EA 1 Kingston MobileLiteG2 Memory Card Reader EA 1 Olympus VN-6200PC Recorder 1GB EA 3 Noise-Cancellation Microphone (ME-12) EA 3 LaCie Rugged All-Terrain 500 GB USB 2.0/FireWire 400/800 Portable External Hard Drive 301371 (For 1 Class and 1 Unclass) EA 2 Case Logic Compact Portable Hard Drive Case (Black) EA 2 All-in-One Travel Plug Adapter for US/UK/EU/AU EA 2 Energizer® 15-Minute AA and AAA Charger with Car Adapter EA 1 Rechargeable AA Battery 4 Pack EA 1 Rechargeable AAA Batteries (4-pk.) EA 1 16" x 12" 7-Pin Security Bag - 18 oz Cotton Duck (Classified courier bag) EA 2 HP OfficeJet H470 Portable Color Inkjet Printer EA 1 HP 94/95 Twin Pack ink Cartridges EA 1 Samsung SE-S084 8X Slim External DVD Writer EA 1 BelkinProf. Series Surgemaster 12-Outlet Surge Protector EA 1 GE 51924 Indoor/Outdoor 25-Foot General Purpose Grounded Extension Cord EA 1 Pelican Storm im2500 with lid organizers: Ruggedized Containers small enough to be carry-on on aircraft: 1) Water-proof 2) Internal padding/pluck foam 3) Internal zippered/Velro pockets for office supplies 4) External Wheels 5) Lockable 6) Room for Laptop and accessories EA 1 Pelican Storm im2950 with lid organizers: Ruggedized Containers small enough to be carry-on on aircraft: 1) Water-proof 2) Internal padding/pluck foam 3) Internal zippered/Velcro pockets for office supplies 4) External Wheels 5) Lockable 6) Room for Laptop and accessories 7) Interior of containers must accommodate the tripod (minimum size of tripod is 26") plus have plus have additional room a laptop and office supplies (full size notepads, pencils, pens, sticky pads, and extra). EA 1 NOTE: All potential bidders must meet all salient characteristics listed in the above descriptions as Brand Name or Equal. NEW Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 3. Optional CLINS: The award of this contract will also include two (2) optional CLINs for the same reintegration kits contained in the original award. The optional CLINs may or may not be exercised/funded. The Government will evaluate offers for award purposes by adding the total price for all optional CLINs to the total price for the basic requirement. Evaluation of optional CLINS shall not obligate the Government to exercise the optional CLIN(s). 4. Evaluation: Award will be made on the basis of the lowest priced quote meeting or exceeding the salient characteristics listed for Brand Name or EQUAL. The Government will evaluate offers for award purposes by adding the total price for all optional CLINs to the total price for the basic requirement. Evaluation of optional CLINS shall not obligate the Government to exercise the optional CLIN(s). Delivery must be in full by the required delivery date. The Government may make multiple awards in order to obtain the best overall value for the Government. The Government reserves the right to award a single award or make multiple awards in order to obtain the overall best value for the Government. 5. Delivery Location(s): As stated above in paragraph 1. See attached delivery schedule. Prices must be submitted based on FOB Destination CONUS and OCONUS which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 6. Packaging, Packing, Preservation, and Marking: Items will be placed in the two ruggedized containers small enough to be carry-on on aircraft. Each container will be water-proof, internal padding/pluck foam with items packed, have an internal zippered/Velcro pockets for office supplies, external wheels and handle, and have the ability to be locked. The interior of containers must be large enough to fit all items (minimum size of tripod is 26") plus have additional room for a laptop and office supplies (full size notepads, pencils, pens, sticky pads, and extra). 7. The following provisions and Clauses are applicable: a. 52.212-1 Instructions to Offerors - Commercial b. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ c. 52.212-4 Contract Terms and Conditions - Commercial Items d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. e. 52.217-5 Evaluation of Options f. 52.217-7 Option for Increased Quantity- Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 1 October 2010 to 30 September 2011 for CLIN 1001 and within 1 October 2011 to 30 September 2012 for CLIN 2001. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. g. 52.219-3 Notice of Total HUBZone Set-Aside h. 52.247-34 F.O.B. Destination i. 52.252-1 Solicitation Provisions Incorporated by Reference j. 52.252-2 Clauses Incorporated by Reference k. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items l. 252.246-7000 Material Inspection and Receiving Report m. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports n. 5352.201-9101 Ombudsman 8. Commercial Warranty applies: Please state the commercial warranty terms within your quote along with identifying any additional warranty information that is applicable. 9. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule). To have a bid considered for award all vendors must provide manufacturer part number and extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to provide this information will result in a "non-responsive" bid and removal from award consideration. Partial shipments are not acceptable. Vendor bids should be valid for at least 30 days from close of this announcement. Sellers must bid exact match to spec (make, model and spec), BRAND NAME OR EQUAL: A) The products offered in this bid are brand new, not gray market and are in original packaging. B) Full warranties will be provided and none of these products will have a negative impact on the warranties of associated system components. Quotes will be accepted via email only. Email jim.robinson@Langley.af.mil NLT 13 September 2010, 3:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Contract Specialist, Mr. Jim Robinson, Phone: 757-225-7706. Recommend that you call to verify receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/F2QF150202A003/listing.html)
 
Record
SN02264948-W 20100903/100902000338-2ba90edde310f0fcaa59964434e0d729 (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.