Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

58 -- Various Videography and Webcasting Equipment - Comb Plus Specifications List

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
AIC-DIR119925032
 
Archive Date
9/20/2011
 
Point of Contact
Marie D. Sepe, Phone: 7037676770
 
E-Mail Address
marie.sepe@dtra.mil
(marie.sepe@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for AIC-DIR119925032, including Specifications List Notice of Intent to Award AIC # DIR119925032 Various Videography and Webcasting Equipment General Information Document Type: Special Notice Solicitation Number: AIC - DIR119925032 Posted Date: August 29, 2011 Original Response Date: September 5, 2011 Current Response Date: September 5, 2011 Original Archive Date: Automatic, on specified date Current Archive Date: Automatic, on specified date Classification Code: 58 Recording and Reproducing Video and Audio Equipment, Including Spare & Repair Parts, and Accessories Set Aside: None NAICS Code: 443112 Radio, Television, and Other Electronics Stores Contracting Office Address Defense Threat Reduction Agency, ATTN: BE-BCB, 8725 John J. Kingman, Fort Belvoir, VA 22060-6201 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR 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 Purchase Request Number DIR119925032 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-53. This procurement is a Full and Open Competition. The associated North American Industrial Classification Standard (NAICS) Code is 443112--Radio, Television, and Other Electronics Stores. The Defense Threat Reduction Agency (DTRA) intends to award a Firm Fixed Price Purchase Order to procure various videography and webcasting equipment in accordance with the specifications delineated within the attached Specifications List, dated 8/19/2011. In accordance with DFARS 252.211-7007, all items valued at $5,000.00 or more shall include an Item Unique Identification (IUID) label prior to delivery. Offerors shall specify any additional costs associated with this IUID requirement as a separate line item. The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. This quote shall also comply with FAR Clause 52.223-15. See Energy Website at http://www.energystar.gov/products and FEMP website at http://www1.eere.energy.gov/femp/procurement/eep¬¬ requirements.html. Specified brand names shall be used, no substitutes will be acceptable. All equipment being procured SHALL BE new equipment ONLY; NO remanufactured, factory remanufactured or "gray market" items shall be accepted. All items must be covered by the manufacturer's warranty. This requirement will be accomplished using full and open competition procedures for commercial items. The government desires delivery not more than 30 days after receipt of order. Places of delivery are specified within the attached SOW. The following provisions and clauses are applicable to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 Capability of the item offered to meet the Government requirements as stated in the attached Statement of Work (SOW) and includes requirements associated with this procurement. 2. Price All offeror's shall provide letters of authorization to resell the items being requested. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely by the ability to provide all of the items being requested in response to this request for quote. (b) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-1 - INSTRUCTIONS TO OFFERORS (Addenda) Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show - (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) Delivery date after award (Must be able to supply within 90 days after delivery order award) (7) "Remit to" address, if different than mailing address; (8) Tax Identification Number (9) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or confirm registration in ORCA; (10) Acknowledgment of Synopsis/Solicitation Amendments; (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. FAR Clause 52.204-7 Central Contractor Registration FAR Clause 52.211-6 Brand Name or Equal FAR Clause 52.212-1 Instructions to Offerors FAR Clause 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items FAR Clause 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial FAR Clause 52.247-34 F.O.B. Destination FAR Clause 52.252-2 Clauses Incorporated by Reference DFARS 252.201-9000 Project Manager DFARS 252.201-9001 Contracting POC DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items DFARS 252.232-9003 Limitation of Authority DFARS 252.211-7007 Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry DFARS 252.232-9012 WAWF Clause All questions regarding this solicitation must be submitted in writing and must reference the solicitation number. All quotes must be received in this office by 4:00 p.m. EST on September 5, 2011, addressed to the Attention of Dr. Marie Sepe, Contract Specialist via email @ marie.sepe@dtra.mil. All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS); (3) Past performance references; and (4) Tax Identification Number (TIN). Please note that email is the preferred contact method. Point of Contact Point of Contact - Marie Sepe, Contract Specialist, 703-767-6770 Secondary Point of contract: Carla E. May, Contracting Officer; 703-767-7874. Email your questions to Contract Specialist at to marie.sepe@dtra.mil ____________________________ ____________________________ Contract Specialist Date Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/AIC-DIR119925032/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Rd., Stop 6201, Fort Belvoir, Virginia, 22060-6201, United States
Zip Code: 22060-6201
 
Record
SN02553687-W 20110831/110829235538-0ce31f914bdcba03bd36a46290c8e1b6 (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.