Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

59 -- W91ZLK-12-T-0407 Panasonic DLP Projector & Parts

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-12-T-0407
 
Response Due
9/12/2012
 
Archive Date
11/11/2012
 
Point of Contact
Malini H. Ganvir, 410-278-0761
 
E-Mail Address
ACC-APG - Installation Division
(malini.h.ganvir@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-60. The solicitation number for this requirement is W91ZLK-12-T-0407. This requirement has been deemed a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 334310, Audio and Video Equipment Manufacturing, and the Small Business Size Standard 750 employees. The Government contemplates award of a Firm-Fixed Price purchase order under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: Part No. (Manufacturer: Panasonic) / Item Description / Quantity #1 PT-DZ21KU / Panasonic PT-DZ21KU, 3D Ready DLP Projector, 20,000 Lumens, 1080p - HDTV - 16:10 - 1920 x 1200 / Quantity: 1 #2 ETD75LE30 / Panasonic Zoom Lens-Throw Ratio 2.6-5.0:1 / Quantity: 1 #3 PT-SVC3DLPXW2Y / Panasonic Extended Warranty - Years 4 and 5 BRAND NAME IS REQUIRED. Reference FAR 13.106-1(b)(1). See attached Brand Name Justification. NOTES to OFFERORS: Although it is not required that offerors hold an existing GSA contract, it is suggested that quotes should be competitively priced in proportion to current GSA schedule pricing for items of the same specifications. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, MD 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2 Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items ADDENDUM to 52.212-4 52.203-13 Contractor Code of Business Ethics and Conduct 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252.211-7003 Item Identification and Valuation 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.222-3 Convict Labor 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp SUBMISSION PROCEDURES: All questions must be submitted via email to Malini.h.ganvir.civ@mail.mil by 12 p.m. Eastern Time, Friday, 7 September 2012. Quotations must be signed, dated, and received by 12 p.m. Eastern Time, Wednesday, 12 September 2012, via email to Malini.h.ganvir.civ@mail.mil (preferred method), or via U.S. Mail at US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division, Attention: Malini H. Ganvir, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), prior to award, will not be considered. SAM has replaced CCR, ORCA, and EPLS. Reference https://www.sam.gov/portal/public/SAM/ for additional information. Vendors may register with SAM by going to www.sam.gov. For questions concerning this Request for Quotation, contact Mali Ganvir, Contract Specialist, via email at Malini.h.ganvir.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34d1c57e98698a3a15032a2975df3143)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02869158-W 20120907/120906002039-34d1c57e98698a3a15032a2975df3143 (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.