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

36 -- Video Equipment

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
0010539480
 
Response Due
9/24/2014
 
Archive Date
3/23/2015
 
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
Total Small Business
 
Description
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 0010539480 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 2005-76. 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 a [ Small Business ] set-aside 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 2014-09-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001: JVC -GY-HM650 Pro HD Mobile News Camera, 2, EA; LI 002: JVC-GY-HM600 ProHD Camera, 1, EA; LI 003: Sony-HXR-NX70U NXCAM Compact Camcorder, 10, EA; LI 004: Sennheiser-ew 100 ENG G3 Wireless Microphone System Combo -A(516-558 MHz MFR, 3, EA; LI 005: VariZoom VZ MEDIARIG DV Media Rig, 1, EA; LI 006: Rotolight-RL48 Interview Kit V2, 2, EA; LI 007: JVC-Remote Lens Control for GY-HM600 & HM650 Cameras, 1, EA; LI 008: Tascam-DR-60D to Camera Essentials Kit, 1, EA; LI 009: JVC-SSL-JVC50 7.4V IDX Lithium-ion Battery for JVC Camcorders, 9, EA; LI 010: JVC-LC-2J Dual Charger for SSL-JVC50 7.4V JVC Batteries, 3, EA; LI 011: Sennheiser-ME-4 Cardioid Condenser Lavalier Microphone, 5, EA; LI 012: Sennheiser-ME-4 Cardioid Condenser Lavalier Microphone, 3, EA; LI 013: Shure-SM58-LC Cardioid Handheld Dynamic Microphone, 3, EA; LI 014: Watson-Duo LCD Charger for P,H &V Series Batteries, 6, EA; LI 015: Sony -NP-FV70 Rechargable Camcorder Battery Pack (1960mAh,6.8V), 30, EA; LI 016: VariZoom- VZ-EXTL20 Extension Cable, 1, EA; LI 017: Shure-A58WS-BK Black Windscreen for Ball Type Microphones, 3, EA; LI 018: Libec-quick release shoe plate TH-650DV Tripod, 5, EA; LI 019: VT-4000 Tripod system fluid head, 6, EA; LI 020: Libec-LX7 M Tripod /Pan and tilt Fluid Head and Mid-level spreader, 3, EA; LI 021: Manfrotto-504PLONG quick release Mount plate, 2, EA; LI 022: Manfrotto-030-14 Hexagonal quick release plate with 1/4-20 Screw, 6, EA; LI 023: CamRade-Protective Rain Cover/wetSuit for JVC-GY-HM 600 / 650 Camcorders, 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, MICC Dugway Proving Ground 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. MICC Dugway Proving Ground 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Offeror shall comply with the following FAR clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2)); 52.222-3, Convict labor (E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.222-26, Equal Opportunity (E.O. 11246);52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)).; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.233-3, Protest After Award (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78).. The Offeror shall comply with the following DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); and 252-247-7023, ALT III, Transportation of Supplies by Sea (10 U.S.C. 2631). The Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.232-7010 Levies on Contract Payments; **OTHER CLAUSES AS DETERMINED APPLICABLE BY THE CONTRACTING OFFICER FOR THE SPECIFIC REQUIREMENT** (a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor?s company name and employee?s name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company?s discretion. No other items may be placed on the badge. b) Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by ?contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer?s Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include their company name. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Questions concerning this buy must be submitted at least 2 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0cda240950ccfa009a646413d62be66d)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022
 
Record
SN03518595-W 20140920/140919000117-0cda240950ccfa009a646413d62be66d (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.