Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

67 -- Camera System

Notice Date
9/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R10T1106
 
Response Due
9/27/2010
 
Archive Date
11/26/2010
 
Point of Contact
mendoza1, 928-328-6922
 
E-Mail Address
MICC Center - YPG
(crystal.mendoza1@us.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-43 effective 2 August 2010 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100908 Edition. A firm fixed-priced contract will be awarded. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% small business set aside. The North American Industry Classification System (NAICS) is 334310 with a size standard of 750 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The award will be made to the low priced, technically acceptable offeror. The proposal shall consist of ten Contract Line Item Numbers (CLINs), CLIN 0001, Quantity: 4, Unit of Issue: Each, Description: Brand name or equal to Kingston Ultimate - Flash memory card - 32 GB - Class 6 - 133x - SDHC MDL# SD6/32GB-U Mfr. Kingston, CLIN 0002, Quantity: 2, Unit of Issue: Each, Description: Brand name or equal to Fujinon FE185C057HA-1 2/3 1.8mm F/1.4 C-Mount Fish-Eye Lens for 5 Megapixel Cameras MDL# FE185C057HA-1 Mfr. Fujinon, CLIN 0003, Quantity: 4, Unit of Issue: Each, Description: Brand name or equal to AC Adapter / Battery Charger MDL# VW-AD20PPK. Mfr. Panasonic, CLIN 0004, Quantity: 1, Unit of Issue: Each, Description: Brand name or equal to HDMI to HD/SDI Converter MDL# HA5 Mfr. AJA, CLIN 0005, Quantity: 1, Unit of Issue: Each, Description: Brand name or equal to AJA Hi5 HD-SDI/SDI to HDMI Video and Audio Converter MDL# HI5 Mfr. AJA, CLIN 0006, Quantity: 4, Unit of Issue: Each, Description: Brand name or equal to Kingston Ultimate - Flash memory card - 32 GB - Class 6 - 133x - SDHC MDL# SD6/32GB-U Mfr. Kingston, CLIN 0007 Quantity: 2, Unit of Issue: Each, Description: Brand name or equal to Hand Held AVCCAM Recorder MDL# AGHMR10PJU Mfr. Panasonic, CLIN 0008 Quantity: 1, Unit of Issue: Each, Description: Brand name or equal to Hand Held AVCCAM Recorder MDL# AGHMR10PJU Mfr. Panasonic, CLIN 0009 Quantity: 2, Unit of Issue: Each, Description: Brand name or equal to One Piece 1/3 CMOS Camera MDL# IK-HR1S Mfr. Toshiba, CLIN 0010 Quantity: 4, Unit of Issue: Each, Description: Brand name or equal to 7.2 V 5800 mA Battery MDL# VWVBG6PPK Mfr. Panasonic Offered items must be the brand name or an equal product, in accordance with FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The Combined Synopsis/Solicitation (CSS), Salient Characteristics, and any other documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W9124R10T1106 and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than then 27 September 2010 at 9:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the Point of Contact listed below no later than the 24 September 2010 5:00 p.m. Mountain Standard Time (MST). Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (June 2008). 52.212-3 Offeror Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. An offerer shall complete only paragraph (b)(1)(2) of FAR 52.212-3 if the offerer has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. FAR 52.212-4 Contract Terms and Conditions Commercial Items (June 2010) and FAR 52.247-34 FOB Destination (Nov 1991), FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (July 2010) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.233-3 Protest After Award (AUG 1996), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010), 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-28 Post Award Small Business Program Representations (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003), 52.232-36 Payment by Third Party (Feb 2010). 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010), specifically DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.232-7003 Electronic Submission Payment Requests (Mar 2008), 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (MAY 2002). DFARS Clauses 252.211-7003 Item Identification and Valuation (Aug 2008) paragraph (c)(i)(ii) insert Not applicable and 252.232-7010 Levies on Contract Payments (Dec 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of Contact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a88d69cb355418f4ad090e75116b148d)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02293615-W 20100925/100923234704-a88d69cb355418f4ad090e75116b148d (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.