Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

58 -- PAN-TILT CAMERA SYSTEM

Notice Date
12/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0039
 
Response Due
12/9/2011
 
Archive Date
1/9/2012
 
Point of Contact
Ronnie Wilburn Jr 910-451-1595 ronnie.wilburn@usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. Solicitation number M67001-12-Q-0039 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This solicitation is being issued on an unrestricted basis to allow for full and open competition. This combined synopsis/request for quote is 100% set aside for small business; size standard is 750 employees under the North American Industrial Classification System (NAICS) code of 334511. This acquisition is being conducted in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. Range Control Division, Base S-3, Camp Lejeune, NC has a requirement for Camera System. The items for this acquisition are considered to be BRAND NAME OR EQUAL: This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers are as set forth at Attachment 1, along with the salient physical, functional, or performance characteristics that equal products must meet. The Government will consider offers for any brand or product that fulfills the Government s requirement. CLIN 0001: Discoverii 3000 Camera System, QTY: 1 EA. CLIN 0002: Discoverii Installation Kit. QTY. 1 EA. CLIN 0003: Sensorii Software GUI CLIN 0004: On-Site Service Training at Customer Location (Camp Lejeune, NC) Qty: 2-Day training event. CLIN 0005: Travel (Price will be based in Accordance with the Joint Federal Travel Regulations). See Attachment 1 for the salient specifications. See attachment 2 for CLIN structure and detailed information for quotes. See Attachment 3 for the applicable clauses. The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Lejeune, North Carolina and will be identified in the contract. The Government desire the supplies and training to be delivered and completed by 15 Feb 2012. The Government anticipates awarding a Firm Fixed Price contract. Vendors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record with their quote. Vendors shall also provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.acquisition.gov/far/ and DFARS website: http://farsite.hill.af.mil/VFDFARA.HTM. Vendors are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Vendors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1769. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. FAR 52.212-1 Instructions to Offers-Commercial Items; Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards for non-cost factors. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Capability: Descriptive Literature of the products ability to meet or exceed the minimum specifications as set forth in Attachment 1. (2) Price: All pricing shall be quoted as set forth in Attachment 2. (3) Proof of FDA Registration and Certification (Class I Laser System). (4) Vendor must be FCC certified. All responsible sources may submit a response which, if timely received, will be considered by the agency. It is the intent of the Government to issue one award. Direct all questions regarding this solicitation to Capt. Ronnie Wilburn Jr. at (910) 451-1595. The closing date and time for this solicitation is 09 December 2011 at 1200 hrs (12:00 PM EST). Vendors are responsible for ensuring that their submitted quote has been received and are legible. Submit quote to ronnie.wilburn@usmc.mil or fax to (910) 451-2193. Submissions after the date above will be considered late and will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0039/listing.html)
 
Place of Performance
Address: S-3 MCB, PSC Box 20004, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02633805-W 20111207/111205234656-33de4b5c325485ab2b595e9940b8a6fc (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.