Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2011 FBO #3634
SOLICITATION NOTICE

67 -- CAMCORDERS AND ACCESSORIES

Notice Date
11/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ12414164Q
 
Response Due
11/11/2011
 
Archive Date
11/4/2012
 
Point of Contact
Kendrea Vallien, Contracting Officer, Phone 281-244-7176, Fax 281-144-2370, Email kendrea.d.vallien@nasa.gov
 
E-Mail Address
Kendrea Vallien
(kendrea.d.vallien@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a firm fixed-price purchase order for the following itemsor their equivalent: 60 Canon XF 305 High Definition (HD) camcorders with the combinationNational Television System Committee (NTSC) and Phase Altering Line (PAL) firmwareinstalled, 17 Canon wide angle adapters, 185 Canon batteries, 65 Canon compact poweradapters and 65 Canon couplers.The model contract can be viewed at: http://procurement.jsc.nasa.gov/NNJ12414164Q/Model-Purchase-Order-final.docx The additional synopsis information can be viewed at: http://procurement.jsc.nasa.gov/NNJ12414164Q/Synopsis.doc The provisions and clauses in the RFQ are those in effect through FAC 2005-53. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 443112,Radio, Television, and Other Electronics Stores and $9 million respectively. The offerorshall state in their offer their size status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Johnson Space Center, 2101 NASA Parkway, Building 421 Bond (ODDIAccount), Houston, TX 77058 c/o Stephen Hunter, mail code OD111. All deliveries must bemade no later than 3 days after the award is issued. Delivery shall be FOB Destination.Offers for the items(s) described above are due by 4:00PM (CST) Nov 11, 2011 to NASA-JSC,Attn: Kendrea Vallien (kendrea.d.vallien@nasa.gov), JSC-BG, Houston, TX, 77058 and mustinclude, solicitation number, discount/payment terms, Taxpayer Identification Number(TIN), identification of any special commercial terms, and be signed by an authorizedcompany representative. Email offers are preferred. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR 52.204-7 Central Contractor Registration (Apr 2008) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Additional Terms and Conditions:FAR 52.247-95 Flight Item. (SEP 1989) (JSC Procurement Instruction)Block 16 of each Department of Defense Form 250 prepared for hardware or equipment to beshipped under this contract must be annotated as follows in 1/4-inch letters or larger byhand printing or rubber stamp:THIS IS A FLIGHT ITEM: OR THIS IS MISSION ESSENTIAL GROUND SUPPORT EQUIPMENT, asapplicable.(End of clause)NFS 1852.246-73 HUMAN SPACE FLIGHT ITEM (MAR 1997) 'FOR USE IN HUMAN SPACE FLIGHT; MATERIALS, MANUFACTURING, AND WORKMANSHIP OF HIGHESTQUALITY STANDARDS ARE ESSENTIAL TO ASTRONAUT SAFETY. IF YOU ARE ABLE TO SUPPLY THE DESIRED ITEM WITH A HIGHER QUALITY THAN THAT OF THE ITEMSSPECIFIED OR PROPOSED, YOU ARE REQUESTED TO BRING THIS FACT TO THE IMMEDIATE ATTENTION OFTHE PURCHASER.'(End of clause)Certificate of Compliance (C of C) Supplier shall provide a certification with each shipment to attest that the parts,assemblies, subassemblies, or detail parts conform to the order requirements. Whenapplicable, the true manufacturers, lot, batch, date code, and/or serial number mustappear on the certification. Certification must contain the following:Customers Order numberProduct namePart and Serial numberName and address of manufacturing or processing locationManufacturers lot, batch, date code, and/or serial number (if applicable)Quantity and unit of measurement (each, box, case, gallons, etc.)Be signed and dated by an official of the company.Traceability a. Supplier will submit product lot number/date code and or serial number with eachshipment. b. Supplier will certify that when parts/material are from different lots, they arepackaged separately. Processes and Products The supplier will notify the customer of proposed changes in process definition and willobtain approval from the customer prior to implementing the change. Changes affectingprocesses, production equipment, tools and programs shall be documented. Procedures shallbe available to control their implementation. This statement shall also apply to Supplierdesignated critical processes that have been sub-contracted.Counterfeit Clauses The successful offeror shall ensure that only new and authentic materials are used inproducts delivered to NASA. The supplier may only purchase parts directly from OriginalComponents Manufacturers (OCMs); OCM franchised distributors or authorized aftermarketmanufacturers. Use of product that was not provided by these sources is not authorizedunless first approved in writing by NASA. The successful offeror must present compellingsupport for its request (e.g., OCM documentation that authenticat4es traceability of theparts to the OCM), and include in its request all actions to ensure the parts thusprocured are authentic/conforming parts.Government Right of Access The Government has the right to inspect and test all supplies called for by the contract,to the extent practicable, at all places and times, including the period of manufacture,and in any event before acceptance. The Government shall perform inspections and tests ina manner that will not unduly delay the work. The Government assumes no contractualobligation to perform any inspection and test for the benefit of the Contractor unlessspecifically set forth elsewhere in this contract. If the Government performs inspectionor test on the premises of the Contractor or a sub-contractor, the Contractor shallfurnish, and shall require sub-contractors to furnish, at no increase in contract price,all reasonable facilities and assistance for the safe and convenient performance of theseduties. Except as otherwise provided in the contract, the Government shall bear theexpense of Government inspections or tests made at other than the Contractors orsub-contractors premises; provide, that in case of rejection, the Government shall notbe liable for any reduction in the value of inspection or test samples.Non Conforming Material Per this requirement the customer grants no authority to disposition product or processnonconformances to the Supplier or its sub-tier suppliers. Repair is not allowed underthis clause.Nonconformances shall be reported to the Government as soon as it is detected anddetermined not to be re-workable and may be salvageable. When notification is required,notification shall be within 3 working days after the nonconformance is discovered. Thisrequirement applies to all procurements.All contractual and technical questions must be in writing by email to Kendrea Vallien(kendrea.d.vallien@nasa.gov), not later than November 8, 2011. Questions will not beaccepted by fax or telephone.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,delivery schedule, and price. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (MAY 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.NFS 1852.215-84 OMBUDSMAN (OCTOBER 2003) ALTERNATE I (JUNE 2000)(a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the pre-award and post-awardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is not todiminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes.Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution.(b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman at, Melanie Saunders, NASA-Johnson Space Center/CodeAC111, Houston, TX 77058, by phone 281-483-0490, by facsimile 281-483-2200 or e-mailmelanie.saunders-1@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailagency-procurementombudsman@nasa.gov. Please do not contact the ombudsman to request copies of the solicitation, verify offerdue date, or clarify technical requirements. Such inquiries shall be directed to theContracting Officer or as specified elsewhere in this document. (c) If this is a task or delivery order contract, the ombudsman shall review complaintsfrom contractors and ensure they are afforded a fair opportunity to be considered,consistent with the procedures of the contract.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12414164Q/listing.html)
 
Record
SN02618132-W 20111106/111104233935-ea979960f85a4103f1cb9d8bf3480545 (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.