Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

70 -- Teleconferencing Equipment - RFQ TEXT

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Hospital Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
 
ZIP Code
92055-5191
 
Solicitation Number
N68094-14-RC-AM104
 
Archive Date
10/9/2014
 
Point of Contact
Timothy A. Daniels, Phone: 7607251425
 
E-Mail Address
timothy.daniels@med.navy.mil
(timothy.daniels@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ TEXT Combined Synopsis/Solicitation Solicitation Number: N68094-14-RC-AM104 Purchase Description: VIDEOTELECONFERENCING EQUIPMENT This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as an "100% small business set-aside. The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-14-RC-1M104, as a Request for Quote (RFQ) or Offers using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "334310", with a small business standard of "750" employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140828 effective August 28, 2014. DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. PROVIDE "ATTACHED DESCRIPTION OF ITEMS/SERVICES" OR: CLIN 0001 : POLYCOM-HDX 7000 720 MFG#: 7200-23130-001 Quantity Unit of Issue Unit Price Extended Price 6 EA tiny_mce_marker ______________ tiny_mce_marker ___________________ MANUFACTURER: POLYCOM PRODUCT# 7200-23130-001 CLIN 0002 : SONY 60" KDL60W850B LCD MFG#: KLD60W850B Quantity Unit of Issue Unit Price Extended Price 12 EA tiny_mce_marker _______________ tiny_mce_marker ___________________ MANUFACTURER: SONY PRODUCT# KDL60W850B CLIN 0003 : VADDIO WALL MNT F/EVI-D70 D100 BLK, MFG#: 535-2000-205B Quantity Unit of Issue Unit Price Extended Price 12 EA tiny_mce_marker _______________ tiny_mce_marker ___________________ MANUFACTURER: VADDIO PRODUCT# 535-2000-205B CLIN 0004 : PEERLESS TILT MOUNT 37-60" TAA, MFG#: PT660 Quantity Unit of Issue Unit Price Extended Price 12 EA tiny_mce_marker _______________ tiny_mce_marker ___________________ MANUFACTURER: PEERLESS PRODUCT# PT660 CLIN 0005 : SHIPPING Quantity Unit of Issue Unit Price Extended Price 1 EA tiny_mce_marker _______________ tiny_mce_marker ___________________ MANUFACTURER: PRODUCT# TOTAL PRICE: tiny_mce_marker ________________________ DELIVERY DATE(S): September 30, 2014 (If multiple provide below or "see attached") PLACE OF DELIVERY: Naval Hospital Camp Pendleton Alfonzia Edge Receiving Bldg: H-135 Camp Pendleton, 92055-5191 TEL: 760-725-1251 Responses/quotes MUST be received no later than September 24, 2014; 10:00 AM (Pacific Daylight Time). Forward responses by e-mail to timothy.daniels@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APRIL2014): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the responsible contractor whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria: (a) Technical Capability: Meets Brand Name Government requirement/specifications as identified within each CLIN. For supplies and equipment the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY2014) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (MAY2014) (5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (JUNE2014) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAY2013) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type COMBO Contract Number TBD Delivery Order Number TBD Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094 Acceptance At Other N68094 Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role Requesting Activity WAWF Acceptor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-14-RC-AM104/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL CAMP PENDLETON, H-200, CAMP PENDLETON, California, 92055, United States
Zip Code: 92055
 
Record
SN03518415-W 20140920/140918235951-754e6ea564219184123eaf7ebe6b2170 (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.