Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

67 -- Camera and Mobile Surveillance Equipment

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
935 Pennsylvania Ave, N.W., Washington, DC 20535
 
ZIP Code
20535
 
Solicitation Number
DJF-14-2200-PR-0006120
 
Response Due
7/28/2014
 
Archive Date
1/24/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is DJF-14-2200-PR-0006120 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 333316 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-28 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The Federal Bureau of Investigation requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: National Stock # 25480 Nikon D800(manufacturer model upgrades acceptable), 150, EA; LI 002: National Stock # 25482 Nikon D4 (Manufacturer model upgrades acceptable), 12, EA; LI 003: National Stock # 2195 Nikon Nikkor 85mm PC-E Micro F/2 (Manufacturer model upgrades acceptable), 36, EA; LI 004: National Stock # 2185 70-200mm VR (Manufacturer model upgrades acceptable), 68, EA; LI 005: National Stock # 1996 Nikon Nikkor 80-400mm VR (F 4.5-5.6) (Manufacturer model upgrades acceptable), 89, EA; LI 006: National Stock # 914658 AstroScope 9350 NIKS-3PRO (exact match only), 26, EA; LI 007: National Stock # 2189 Nikon Nikkor TC-20E III(2x Teleconverter) (exact match only), 87, EA; LI 008: National Stock # NK18105VRU Nikon 18-105mm 3.5-5.6g AFS-DX ED VR USA (Manufacturer model upgrades acceptable), 32, EA; LI 009: National Stock # 76701 Tamrac 767 Photo Trail Backpack (Manufacturer model upgrades acceptable), 64, EA; LI 010: National Stock # 295 Steiner Commander XP 7x50 (Manufacturer model upgrades acceptable), 74, EA; LI 011: National Stock # 648 Steiner 10x50 (Manufacturer model upgrades acceptable), 12, EA; LI 012: National Stock # 9332A002 Canon 12x36 Stabilizing (Manufacturer model upgrades acceptable), 40, EA; LI 013: National Stock # NIK26233 Nikon P7000 camera (Manufacturer model upgrades acceptable), 6, EA; LI 014: National Stock # DRIFT HD Action Camera (DHD)(Exact match only), 76, EA; LI 015: National Stock # 7472 Nikon Travelite 10X25 Binoculars (Manufacturer model upgrades acceptable), 109, EA; LI 016: National Stock # HDR-CX700V Sony SONY HDR-CX700V HD camcorder (Manufacturer model upgrades acceptable), 54, EA; LI 017: National Stock # SVTVO-100 Xenomics SuperVision VideoOut Tactical Package (Exact Match Only), 6, EA; LI 018: National Stock # DEV5 Sony DEV-5 Digital recording Binocular (Manufacturer model upgrades acceptable), 19, EA; LI 019: National Stock # 5561 Steiner Night hunters (Manufacturer model upgrades acceptable), 88, EA; LI 020: National Stock # HS-324-C FLIR System HS-324-Command (Manufacturer model upgrades acceptable), 1, EA; LI 021: National Stock # 2191 Nikon Nikkor 28-300 F3.5/5.6 ED VR LENS (Manufacturer model upgrades acceptable), 23, EA; LI 022: National Stock # 26397 Nikon P520 Coolpix BLACK (Manufacturer model upgrades acceptable), 148, EA; LI 023: National Stock # HC-X920K Panasonic HC-920K (exact match only), 190, EA; LI 024: National Stock # 8454B001 Canon HF-G30 (exact match only), 34, EA; LI 025: National Stock # 26418 Nikon S9500 (Black) (Manufacturer model upgrades acceptable), 8, EA; LI 026: National Stock # 27604 Nikon Nikon 1 V2 mirrorless camera black (Manufacturer model upgrades acceptable), 3, EA; LI 027: National Stock # 3613 Nikon FT-1 Mount Adapter (Manufacturer model upgrades acceptable), 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Federal Bureau of Investigation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Federal Bureau of Investigation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. ALL REGISTRATION MUST BE "ACTIVE" AT TIME OF AWARD. NO EXCEPTIONS WILL BE MADE. No partial shipments are permitted unless specifically authorized at the time of award. There are 32 different delivery locations for this requirement and all locations are within the contiguous United States (Delivery Addresses will be provided after award). There will be a separate purchase order issued for each delivery location for tracking and logistics purposes. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition, the attached addendum including additional instructions to offerors and evalutation factors shall apply. Please see the attachment entitled "Submission Instructions and Evaluation Factors" which has been incorporated into this request for Quote. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. The Government reserves the right to make a partial award to the best value offeror if the Contracting Officer determines it is in the best interest of the Government. However, the Government will not make multiple awards by splitting quantities or line items between multiple offerors. As such, if selected, all quotes submitted by offerors will be awarded in their entirety.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/DJF-14-2200-PR-0006120/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN03436805-W 20140726/140724235406-48d4ee1b47bb3d8b417fdcb9042179a4 (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.