Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

99 -- Projector and Projector Lens

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KOACO1RC432
 
Archive Date
8/26/2011
 
Point of Contact
Teresa Knotts, Phone: 614-693-1974
 
E-Mail Address
teresa.knotts@dfas.mil
(teresa.knotts@dfas.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; quotes are being requested and a written solicitation will not be issued. The solicitation number is KOACO1RC432 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-53, effective July 5, 2011. The Government intends to include the FAR, DFARS, and DFAS clauses and provisions listed in this solicitation, to include any addenda, either by reference or in full text in the resulting award and are not all inclusive. The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. This requirement is unrestricted in regard to business size. The associated NAICS code is 334310, Audio and Video Equipment Manufacturing, and the small business size standard is 500 employees. Contract line items, quantities, and units of measure CLIN 0001 - 8 each - Projectors - Sanyo PN PDG-DHT8000L or Equal CLIN 0002 - 8 each - Projector Lens - Sanyo PN LNS-S51 or Equal Description FAR 52.211-6, Brand Name or Equal is applicable and the salient features are as follows: Projector Brightness: 8000 Lumens or better Resolution: Full HD (1,920 x 1,080) Uniformity: 90% Panel System: 0.95" Single DLP Chip Number of Pixels: 2,073,600 (2,073,600 x3) Contrast Ratio: 7500:1 Image Size: 50" - 600" Aspect Ratio: 16:9 Projection Lamp: 330W UHP Scanning Frequency: H:15-120kHz V:48-120Hz Dot Clock: 230 MHz Voltage: 100 - 240V Power Lens Shift: Yes Optional Lenses: Yes Rear Screen Projection (L/R Reverse): Yes Ceiling Mountable: Yes Digital Zoom: 49x - 1/4x Digital Interface (HDCP Compatible): DVI-D, HDMI Analog Interface: 5BNC, D-sub 15Pin, S-Video USB Port: Yes Projector Lens Standard Zoom: Yes Zoom: Motorized (1.56x) Focus: Motorized Aperture: 2.0 - 2.7 Focal Length: 38.5 - 60.0 mm Diameter: 140 mm Performance Periods Delivery will be 21 days from date of award unless otherwise annotated in your quote. Quoters are encouraged to improve the required delivery but preference will not be given to those that do quote a lesser delivery than required. Place of Performance (Requiring Activity) The requirement to be provided is for Defense Finance and Accounting Service (DFAS), 3990 East Broad Street, Columbus, OH 43213. The provision of 52.212-1, Instruction to Offers - Commercial, applies to this acquisition. Evaluation Procedures The quoter shall submit prices based on F.O.B. destination. This is an "All or None" requirement meaning that only one award will be made for both line items so the overall total of the requirement will be used in determining the lowest priced quote. Quotes based on "equal" items are required to furnish documentation/literature identifying the salient features of each item along with a certification that the quote meets all of the salient features identified in this document. In conjunction with meeting the salient features, the factor used to evaluate quotes will be price. A single award will be made to the responsible vendor whose quote conforms to the combined/synopsis solicitation and is most advantageous to the Government. Additional clauses, terms and conditions that apply to this acquisition Quoters are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), applies to this acquisition. DCG 204.2 - REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA) As of February 1, 2007, the DFAS Contract Services Directorate (Issuing Office) will no longer make paper or email distribution of contract documents. All DFAS contracts and modifications are available on the Electronic Document Access (EDA) website (http://eda.ogden.disa.mil). The website provides access information as well as EDA Help Desk support. DFAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government's polices on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors' product/service. When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, (a) The contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 252.232-9000 "WIDE AREA WORK FLOW (WAWF) - RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS" (January 2010) (a) As prescribed in DFAS CG 232.70, Wide Area Work Flow (Revision One) contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Payment requests/invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper type payment requests/invoices will no longer be accepted or processed for payment unless the conditions of DFARS 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. A free on-line computer based training module available at http://www.wawftraining.com/. Payment information is available in the "myInvoice" system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF is available at https://wawf.eb.mil. (d) Payments requests shall be submitted via WAWF-RA as (choose single type or multiple type invoices) a 2-in-1, Combo, or as Cost Voucher. (NOTE: Interim and final payment requests for Cost-Reimbursement (CR), Time-and-Materials (T&M), and Labor-Hour (LH) contracts/orders and CR, T&M, and LH CLINS on other types of contracts/orders shall utilize Cost Vouchers.) (e) WAWF-RA invoice types authorized for the submission of payment requests are: (1) Combo - To be used for payment requests for goods or any combination of goods and services. (2) 2-in-1: Normally used for services only contract payment requests; however, it may be used for goods and/or services payment requests. (3) Cost Voucher: Used if requesting payment for CR, T&M, and LH contracts/orders or CR, T&M, and LH CLINs on other types of contracts/orders payment requests. (NOTE: Interim CR, T&M, and LH contracts/orders/CLIN payment requests are to be submitted to DCAA for approval and final CR, T&M, and LH contracts/orders payment requests are to be submitted to the Contracting Officer for approval.) (4) Progress Payments: Used for payment requests when contracts/orders contain FAR 52.232-16, Progress Payments or DFARS 252.232-7004, DoD Progress Payment Rates. (5) Performance Based Payments: Used for payment requests when contracts/orders contain FAR 52.232-32, Performance-Based Payments. (f) DoD Address Activity Code (DoDAACs) or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s) regardless of other DoDAACs used on the contract. (NOTE: If EDA is used to pre-populate the Address DoDAAC information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below.) (1) Issued by DoDAAC - HQ0423 (Can be found on contract as "Issued By" Code) (2) Admin DoDAAC - HQ0423 (Can be found on contract as "Administered By" Code -Usually the same as the "Issued By" Code.). (3) Payment DoDAAC - HQ0347 (Can be found on contract as "Payment Will Be Made By" Code) (4) Acceptor DoDAAC - HQ0363 The Contractor, prior to submitting invoices in WAWF, must contact the COR/GPOC to confirm the correct ACCEPTOR DoDAAC. (EXCEPTION: For CR, T&M, and LH contracts/orders and CR, T&M, and LH CLINs on other types of contracts, interim payment requests shall reflect the cognizant DCAA Office (Contractor should obtain this DoDAAC from the CO to confirm the correct DCAA ACCEPTOR DoDAAC.) and final payment requests must be marked as final by checking the box when WAWF asks if this is a final billing and routed to the ACO DoDAAC for approval.)) (5) Inspected By DoDAAC - N/A (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered - generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC.) (6) LPO DoDAAC/ EXT - N/A (Leave blank unless the DFAS activity is requesting the Local Processing Office (LPO) function be utilized and has provided the DoDAAC.) (g) The Contractor shall send e-mail notification to the following listed addresses when submitting payment requests in WAWF-RA, as applicable. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More E-mail Notification" on the page that appears and shall input applicable e-mail addresses (see below). NOTE: This additional notification to the government is required to ensure that the acceptor/receiver is aware that an invoice document has been submitted into the WAWF-RA system. For example, when submitting a cost voucher for payment of CR, T&M, and LH contracts/CLINs, the email notification will alert the COR to review the invoice prior to DCAA acceptance. (E-mail addresses can be obtained from COR or CO). (1) WAWF Acceptor - Kathryn Rivard (2) Contracting Officer Representative (COR) - N/A (3) Government Point of Contact (GPOC) - Kathryn Rivard (4) Alternate COR (ACOR) or GPOC (AGPOC) - N/A (5) Cognizant DCAA Office - N/A Payment: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is www.ccr.gov. Quoter Information: The following information must be included with your quote. Cage Code Company Name Point of Contact Telephone Number Email Address TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 334310) Date Quotes are due August 11, 2011 at 2:00 P.M. EST. Point of Contact (POC): Teresa Knotts Defense Finance and Accounting Service (DFAS) Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 693-1974 Facsimile: (614) 693-1808 Email: teresa.knotts@dfas.mil Facsimile and e-mail quotes are acceptable and preferred. You are encouraged to ensure that quotes are received by the POC. Furnish quotes to the POC on or before the closing time listed in this RFQ. All responsible sources may submit a quote which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACO1RC432/listing.html)
 
Place of Performance
Address: 3990 East Broad Street, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02523928-W 20110807/110805235219-a8680a0dc36505016eb3d86dd3f9f615 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.