Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

70 -- LOWEL LIGHT KIT AND REGLECTOR DISC - SAP FORM

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002831286600
 
Archive Date
9/13/2013
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
SAP FORM COMBINED SYNOPSIS/SOLICITATION LOWEL LIGHT KIT AND REFLECTOR DISC This is a 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. a. Solicitation Number HQ002831286600 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-69, effective 01 August 2013 and DFARS Change Notice 20130710. c. This procurement is a brand name requirement, associated with NAICS Code 335129, and small business size employees 500. d. Description: Note: THESE ITEMS ARE BRAND NAME OR EQUAL. FILL IN ALL UNIT PRICE AND TOTALS. Equal Salient Characteristics: Light Kit-3500 Total Watts minimum; Contains 4-lights, 2 Tota-lights, Barndoors, Umbrellas, Gel Frames, Gels, Scrims, Cucoloris, Flags, Scissor Mount, Clamps, Gaffers Tape, Stands, Large Hard Kit Case; Each Tota-light - 750 watts, 120-240VAC, R7s Double ended socket, 4.5 x 11" (approximatel) aperture ; Each Omni-light - 500 watts 120-240VAC/12-30VDC, 2-Pin Socket, Double parabolic peened reflector lens condenser, Continuously variable focusing; 5/8" stand or stud mounting; 16' cable with in-line switch, 120V grounded Edison plug Reflector Disk - 32", Shape Circular. Size Open 32",Surfaces Silver, White Reflective. CLIN 0001: 18EA, P/N: TO-96Z, MFR: LOWEL-LIGHT MFG INC., LIGHT KIT TUNGSTEN; C/O: 2-EA TOTA-LIGHT TUNGSTEN FLOOD LIGHT (120-240VAC), 2-EA EMD LAMP(750W/120V), 4-EA OMNI LIGHT 500-WATT FOCUS FLOOD LIGHT(120-40VAC/12-30VDC), 4-EA FTK LAMP(500-WATT/120-VOLT), 2-EA #3 SUPER-SPOT REFLECTOR FOR OMNI LIGHT, 5-EA O1-33 OMNI LIGHT STAND 9-FT, 4-EA COMPLETE 4 LEAF BARN DOOR FOR OMNI LIGHT, 2-EA DIFFUSED GLASS FOR OMNI-LIGHT, 2-EA FULL SINGLE SCRIM FOR OMNI LIGHT 5 1/8-IN, 2-EA 5 1/8-IN HALF SCRIM FOR OMNI-LIGHT, 3-EA TOTA-BRELLA SILVER 27-IN, 6-EA TOTA/OMNI GEL FRAME FOR 10-IN X 12-IN GELS, 3-EA TOTA/OMNI ASSORTED GELS SET OF 5 (10-IN X 12-IN), 4-EA TOTA FLAG(8-IN X 12-IN), 2-EA FLEXI SHAFT(PACK OF 2-EA), 2-EA TOTA CLAMP (LARGE), 1-EA TOTA MOUNT, 1-EA MOLDED OMNI 86Z CASE, 1-YR MANUFACTURERS WARRANTY ON FIXTURES, 5-YR MANUFACTURERS WARRANTY ON STANDS, 1-YR MANUFACTURERS WARRANTY ON ACCESSORIES. 18EA @ _____________ = $________________ CLIN 0002: 2EA, P/N: TO-96Z, MFR: LOWEL-LIGHT MFG INC., LIGHT KIT TUNGSTEN; C/O: 2-EA TOTA-LIGHT TUNGSTEN FLOOD LIGHT (120-240VAC), 2-EA EMD LAMP(750W/120V), 4-EA OMNI LIGHT 500-WATT FOCUS FLOOD LIGHT(120-40VAC/12-30VDC), 4-EA FTK LAMP(500-WATT/120-VOLT), 2-EA #3 SUPER-SPOT REFLECTOR FOR OMNI LIGHT, 5-EA O1-33 OMNI LIGHT STAND 9-FT, 4-EA COMPLETE 4 LEAF BARN DOOR FOR OMNI LIGHT, 2-EA DIFFUSED GLASS FOR OMNI-LIGHT, 2-EA FULL SINGLE SCRIM FOR OMNI LIGHT 5 1/8-IN, 2-EA 5 1/8-IN HALF SCRIM FOR OMNI-LIGHT, 3-EA TOTA-BRELLA SILVER 27-IN, 6-EA TOTA/OMNI GEL FRAME FOR 10-IN X 12-IN GELS, 3-EA TOTA/OMNI ASSORTED GELS SET OF 5 (10-IN X 12-IN), 4-EA TOTA FLAG(8-IN X 12-IN), 2-EA FLEXI SHAFT(PACK OF 2-EA), 2-EA TOTA CLAMP (LARGE), 1-EA TOTA MOUNT, 1-EA MOLDED OMNI 86Z CASE, 1-YR MANUFACTURERS WARRANTY ON FIXTURES, 5-YR MANUFACTURERS WARRANTY ON STANDS, 1-YR MANUFACTURERS WARRANTY ON ACCESSORIES. 2EA @ _____________ = $________________ CLIN 0003: 18EA, P/N: R1632; MFR: IMPACT, REFLECTOR DISC CIRCULAR; SILVER/WHITE; 32-IN; COLLAPSIBLE. 18EA @ _____________ = $________________ CLIN 0004: 2EA, P/N: R1632; MFR: IMPACT, REFLECTOR DISC CIRCULAR; SILVER/WHITE; 32-IN; COLLAPSIBLE. 2EA @ _____________ = $________________ e. Delivery and acceptance will be made at various locations, see the attached shipping list. f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC 2012). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUN 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JAN 2013) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System For Award Management) (MAY 2013) DFARS 252.207-7007 Alt A (Annual Representations & Certifications) (MAY 2013) DFARS 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item (MAY 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) 252.209-7995 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAXLIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2013 APPROPRIATIONS (DEVIATION 2013-O0010) (APR 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is ______ is not ______ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is ______ is not ______ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. j. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 28 AUGUST 2013 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ Shevonn.Moore@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fec91ec3e62fb5999b6d690a0d42e9ec)
 
Place of Performance
Address: Delivery and acceptance will be made at various locations, see the attached shipping list., United States
 
Record
SN03149924-W 20130817/130815235205-fec91ec3e62fb5999b6d690a0d42e9ec (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.