Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

58 -- Panasonic P2 Mobile Recorder with AVC-INTR/REG

Notice Date
11/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-11-T-0001
 
Response Due
11/22/2010
 
Archive Date
1/21/2011
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(beth.kay.chapman@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation number is W911W6-11-T-0001 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. The applicable North American Industry Classification Standard (NAICS) code is 334310. The business size standard is 750. AATD intends to purchase two Panasonic P2 Mobile Recorders with AVC-INTR/REG, part number AJ-HPM200, and the required Item Unit Identification labels for each unit on a competitive basis. These units will replace an existing editing system that will allow the editing of current state of the art P2 videos. The Panasonic system is the only system that will be compatible with the Fort Eustis, VA editing system. Specifications, plans or drawings related to this procurement are not available and cannot be furnished by the Government. The intended source for these units is B&H Photo-Video, 420 Ninth Avenue, New York, NY 10001-2404. Delivery of these items is expected to be thirty (30) days After Receipt of Order. Delivery, inspection, Acceptance and F.O.B Point are Destination. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. Clauses incorporated by reference include FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.247-34, F.O.B. Destination; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50, Combating Trafficking in Persons; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. Interested persons may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due on November 22, 2010, 2:00 p.m. EST and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 by e-mail at beth.kay.chapman@us.army.mil or by regular mail. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or linda.diedrich@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/701958b1bdf21a92405137b8c3a389c4)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02328738-W 20101119/101117234025-701958b1bdf21a92405137b8c3a389c4 (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.