Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

59 -- Audio / Video Equipment

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg. 2-1105 Stack 'C' Macomb Street, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-14-T-CO21
 
Response Due
9/27/2014
 
Archive Date
3/26/2015
 
Point of Contact
Name: Timothy Cook, Title: Contracting Specialist, Phone: 9109084664, Fax:
 
E-Mail Address
timothy.d.cook.mil@mail.mil;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION 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 W91247-14-T-CO21 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 334220 with a small business size standard of 750.00 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 2014-09-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Bragg requires the following items, Brand Name or Equal, to the following: LI 001: Canon PowerShot G16 Digital Camera ((Name Brand or Equal) Similar to Model(Brand Name or Equal)) ?12.1 Megapixel 1/1.7" CMOS Sensor ?5x Optical Zoom Lens (28-140mm) ?Optical Zoom Viewfinder and 3.0" LCD ?Full HD 1080/60p Video ?6 Image Processing Engine ?Enhanced Wi-Fi Capabilities ?Continuous Shooting at 9.3 fps ?Intelligent IS Image Stabilization ?ISO 12800 and HS SYSTEM, 2, EA; LI 002: Olympus 8GB WS-823 Digital Voice Recorder ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Supports LPCM/MP3/WMA Recording Formats ?Internal 8GB Memory ?microSD Memory Card Expansion up to 32GB ?Direct Link USB Connectivity for PC/Mac ?Zoom Microphone & Built-In FM Tuner ?Voice Changer & Voice Balancer Functions ?Calendar Search & Scene Select ?Voice Playback Function ?Supports up to 99 Index Marks per File ?Charge Battery via Direct USB Connection, 2, EA; LI 003: Sony Handycam HDR-PJ430v ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Full HD 1080/60p/24p and 8.9MP Stills ?30x Lens and 55x Extended Zoom ?Balanced Optical SteadyShot ?32GB Embedded Flash Memory ?Built-in 13 Lumen Projector ?3" LCD Touch Screen Display ?Multi-Interface Shoe ?Wi-Fi Control and Data Transfer Option ?Intelligent Auto Mode ?AVCHD and MP4 Recording Modes, 2, EA; LI 004: Nikon D90 DSLR Camera Kit with Nikon 18-105mm VR Lens ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?12.3 Megapixel ?DX Format CMOS Sensor ?3" VGA LCD Display ?Live View ?Self Cleaning Sensor ?D-Movie Mode ?High Sensitivity (ISO 3200) ?4.5 fps Burst ?In-Camera Image Editing, 2, EA; LI 005: 16GB microSDHC Memory Card w/ full-size SDHC adapter, 4, EA; LI 006: Nikon AF-S VR Zoom-NIKKOR 70-300mm f/4.5-5.6G IF-ED Telephoto Zoom Lens ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?4 Stops of Vibration Reduction (VR II) ?Internal Focusing ?Non-Rotating Front Element ?67mm Filter Size ?Silent Wave Motor, 2, EA; LI 007: ikan MS21 21.5" SD/HD-SDI Studio Monitor ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?1920 x 1080 Color-Calibrated Display ?2 x SD/HD-SDI Inputs ?HDMI, DVI, and Analog BNC Inputs ?Looped-Through SDI Outputs ?178? Viewing Angle ?250 Nit, 3000:1 Contrast Ratio ?False Color, Peaking, Clip Guides ?Waveform, Underscan, Pixel-to-Pixel ?Four Assignable Function Keys ?VESA Mounting Holes for Battery Plates, 2, EA; LI 008: Kino Flo 4Bank 3-Light Interview Kit (2') ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?1x 4Bank Fixture - 2' ?1x 4Bank Ballast ?2x Double Fixtures - 2' ?2x Double Ballasts, 3x 5/8" Mounts ?1x 4Bank 25' Extension ?1x 25' Double Extension, 2x Lamp Case ?3x Stand Mounts ?1x Interview Shipping Case ?100-240 VAC ?North American Plug, 1, EA; LI 009: Canon EOS 5D Mark III DSLR Camera Deluxe Accessory Kit with 24-105mm f/4L IS USM AF Lens ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?22.3MP Full-Frame CMOS Sensor ?Canon EF 24-105mm f/4L IS USM AF Lens ?DIGIC 5+ Image Processor ?3.2" Clear View High Resolution LCD ?Full HD 1080/30p and 720/60p Formats ?Built-In HDR and Multiple Exposure Modes ?Extended ISO Range (50-102400) ?Kit Includes Camera Bag, 32GB SDHC Card ?Remote, Batteries, Grip ?Filters, LCD Protector, Cleaner, Cloth, 1, EA; LI 010: Kino FloSTD-M30 8' Light Stand ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?8.0' Maximum Height ?3.5 lb Weight, 3, EA; LI 011: Impact Background System Kit with 10x24' White, Black and Chroma Green Muslins ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Accepts 11' Seamless or 12' Muslins ?Adjust. 4 Section Crossbar - 6,8 or 12' ?Two Heavy-Duty Stands w/Non-Skid Feet ?Adjustable Stands - 39" to 10.5' ?16-Gauge Aluminum Tubing ?Versatile (3/8" Spigot, 1/4"-20 & 5/8") ?100% Cotton Fabric is Machine Washable ?Incl. Seamless with 4" Rod Pocket on Top ?Canvas Carry Bag with Individual Sleeves, 1, EA; LI 012: Zoom H6 Handy Recorder with Interchangeable Microphone System ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Modular Mic and Input System ?Includes XY Microphone Module ?Includes Mid-Side Microphone Module ?Four XLR/TRS Inputs ?Record up to 6 Simultaneous Channels ?Record up to 24-bit/96kHz Audio ?Doubles as USB Audio Interface ?Uses SDXC Memory Cards ?Optional Shotgun Mic and XLR/TRS Inputs ?Optional Hot Shoe Mount, 2, EA; LI 013: GoPro HERO3+ Black Edition Camera ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Supports 4K, 2.7K, 1440p, 1080p Video ?Capture 12MP Photos at 30 fps ?Ultra Wide Angle Glass Lens ?Camera Housing Waterproof to 131' ?Wi-Fi for Remote Monitoring and Control ?Interval Capture for Time Lapse ?Auto Low Light & SuperView Video Modes ?Wi-Fi Remote with 600' Range ?Flat and Curved Adhesive Mounts Included, 2, EA; LI 014: 64GB microSDXC Extreme Plus Class 10 UHS-1 Memory Card with microSD Adapter ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?64GB Capacity ?Class 10 - UHS-1 ?Max. Read Speed: 80MB/s ?Max. Write Speed: 50MB/s ?Water/Shock/X-Ray Proof ?RescuePro Deluxe Data Recovery Software ?microSD Adapter Included, 4, EA; LI 015: Canon EF 28mm f/1.8 USM Lens ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?EF Mount Lens ?Aperture Range: f/1.8-22 ?Aspherical Lens Element ?Lead-Free Glass ?Ultrasonic Focus Motor ?Rear Focusing System ?Minimum Focus Distance: 9.8" ?58mm Filter Thread Diameter, 1, EA; LI 016: G-Technology 8TB G-RAID External Hard Drive Array with Thunderbolt ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?8TB, 7200RPM ?Dual Thunderbolt Ports ?RAID 0 ?Data Transfer Rate of up to 327 MB/s ?2 SATA III Drive Bays ?Time Machine Ready ?Daisy-Chain up to 6 Thunderbolt Devices ?Plug-and-Play Setup for Mac OS X 10.6+, 2, EA; LI 017: Freefly M?VI M5 + Radio Transmitter and SmallHD DP4 Package ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Enclosed camera cage for maximum rigidity and shot stability ?Improved adjustable camera plate ?Fully protected wiring ?Simplified fully tool-less balancing ?Inverted mode for more comfortable eye level camera angle ?Quick release top handle to allow for rapid adjustment M?VI M5 with Radio Transmitter and SmallHD DP4 Includes: ?M?VI M5 ?Transmitter for Dual Operator Use ?SmallHD DP4 ?2 Batteries ?Battery Charger ?M?VI Stand SmallHD DP4 Product Includes: ?Canon 5D/7D battery bracket (LP-E6) ?Acrylic Screen Protector ?Cleaning Cloth ?Sunhood ?Power Brick ?Right Angle Adpater ?1.4? USB-A Female to mini-USB 5-Pin ?Mini-HDMI to HDMI Cable, 1.5ft. ?Hot Shoe, 1, EA; LI 018: Sony LCS-VCD Carrying Case for NEX-VG Series Camcorders ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Large Polyester Gadget Bag ?Adjustable Dividers ?Exterior and Interior Pockets ?Tripod Storage on Top ?Carry Handles with Overlapping Grip ?Removable Shoulder Strap with Pad, 2, EA; LI 019: Canon Rebel Gadget Bag ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Fits 2 DSLR Bodies and 3 Lenses ?Fits Flash and Accessories ?Water Repellent Nylon ?Weather Flap ?Fully Padded Interior ?Adjustable Dividers ?Large Front and Side Pockets ?Tripod Straps ?Leather Strap Handle ?Detachable Padded Shoulder Strap, 4, EA; LI 020: Sony HXR-NX3 NXCAM Professional Handheld Camcorder ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Three 1/2.8" Exmor CMOS Sensors ?1920x1080 up to 60p ?G Lens with 20x Optical Zoom ?40x Clear Image Zoom ?Wi-Fi Connectivity and Remote Control ?AVCHD 2.0 Format ?Network-Friendly MP4 720p, 3 Mbps Format ?Dual SD Memory Card Slots ?Uncompressed 8-Bit 4:2:2 via HDMI Out ?Built-In LED Video Light, 1, EA; LI 021: Samson UM1/77 Videographer Combo Pack Wireless System (N2 Frequency) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?N2 Frequency - 642.875 MHz ?UM1 Camera-Mounted Receiver ?CT7 Beltpack Transmitter & LM5 Omni Mic ?HT7 Handheld Transmitter with Q7 Capsule ?Mini-XLR & 3.5mm Mic/Line Outputs ?300' Line-of-Sight Range ?Includes Mini-XLR to XLR & 1/8" Cables ?Includes Hardshell Carry Case, 1, EA; LI 022: Oben AC-1321 3-Section Aluminum Tripod with BA-106 Ball Head ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?6.6 lb Load Capacity ?Maximum Height of 57.5" ?Folds Down to 23.4" ?Anodized Aluminum Construction ?Lightweight - Just 2.9 lb ?Rubber Feet ?Bubble Levels ?Removable Head, 2, EA; LI 023: Rosco Color Effects Kit - 20x24" (51x61cm) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?15 Sheets Heat Resistant Gel Filters, 1, EA; LI 024: ALERATEC 1:4 DVD/CD TOWER PUBLISHER LS LIGHTSCRIBE DVD/CD PUBLISHING SYSTEM PART # 260150 ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) Recording Formats: ?DVD-R ?DVD+R ?DVD-RW ?DVD+RW ?DVD+R Double Layer ?CD-R ?CD-RW Printable Discs: ?DVD/CD LightScribe Data Writing Speed: ?DVD+R 16x (21.6MB/s) ?DVD-R 8x (10.8MB/s) ?DVD+R DL 2.4x (3.2MB/s) ?DVD+RW 4x (5.4MB/s) ?CD-R 40x (6.0MB/s) ?CD-RW 24x (3.6MB/s) Data Reading Speed? ?DVD-ROM 16x (21.6MB/s) / CD-ROM 48x (7.2MB/s) Data Buffer: ?2MB USB Port: ?One USB 2.0, 1, EA; LI 025: Sennheiser MKE-600 Shotgun Microphone Complete HDSLR Kit ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Highly Directive ?Switchable Low-Cut Filter ?Phantom or Battery Powered ?Boompole Measures 2' 5"-7' 2" ?4 Locking Sections ?Internal Coiled Cable ?Four-Point Silicone Shockmount ?Built-in Shoe Mount ?Includes Windscreen, Grip and Cables ?Neoprene Boompole Bag also Included, 1, EA; LI 026: Pelican 1620 Case with Foam (Black) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Unbreakable, Watertight, Hard Case ?Ultra-high Impact Structural Copolymer ?Six-piece Foam Insert Set ?Built-in Purge Valve ?Watertight to 30' ?Side and Top Large Haul Handles ?Retractable Extension Handle ?Built-in Wheels with SS Ball Bearings, 2, EA; LI 027: Delkin Devices Fat Gecko Dual-Suction Camera Mount ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Mount to Any Vehicle for Action Shots ?Document Your Motorsport Adventures ?Universal 1/4-20" Mounting Screw, 1, EA; LI 028: GoPro Helmet Strap ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?For Vented Helmets ?Mates Base Plate ?Mates Quick Release Housing, 2, EA; LI 029: GoPro Frame Mount ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Low-Profile Mount for GoPro HERO3 Camera ?Engineered for Optimal Sound at Speed ?Compatible with LCD Touch BacPac ?Compatible with 2nd Gen Battery BacPac ?Includes Lens Cap & Two Adhesive Mounts, 2, EA; LI 030: GoPro Dive Housing for HERO3 and HERO3+ ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Waterproof to 197' ?All Glass Lens Port ?Also Protects from Dust and Mud ?Standard and Skeleton Backdoors Included ?BacPac Backdoors Included ?Fits HERO3 and HERO3+, 2, EA; LI 031: Pelican IM2050 Storm Case for Two GoPro HEROs (Black) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?HPX High Performance Resin Case ?Multilayer Cubed Bottom Foam ?Holds Two GoPro HEROs and Accessories ?Dent-Resistant and Shatter-Resistant ?Tough, Rugged and Lightweight ?Airtight and Watertight ?Press & Pull Latches ?Permanently Attached Vortex Valve ?Hasps for Securing Contents w/ Padlocks ?Soft-Grip, Solid-Core Carrying Handle, 1, EA; LI 032: Watson Lithium-Ion Battery Pack for GoPro Cameras (3.7V, 1050mAh) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Replacement for AHDBT-001 & AHDBT-002 Batteries, 4, EA; LI 033: Aleratec LightScribe CD-R 52x 700MB Write Once Duplicator Grade Recordable Compact Disc (Pack of 100) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Write once CD-R with 700MB of data storage and 80-min recording time. ?52x certified write speed ?Self-contained bulk CD cake plate storage module (spindle) is included. ?Burn text and images directly onto the disc surface, right from your computer. ?No special markers, printer labels, or inks required. ?Compatible with LightScribe Direct Disc Labeling DVD/CD recorders, 2, EA; LI 034: Aleratec DVD+R LightScribe 16x V1.2 Duplicator Grade, Write-Once, Recordable Disc (Spindle Pack of 100) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?DVD+R write-once recordable disc with 4.7GB storage capacity. ?Burn text and images directly onto the disc surface, right from your computer ?No special markers, printer labels or inks required. ?LightScribe labels are laser-etched using the same LightScribe-enabled drive that burns your data ?Compatible with LightScribe Direct Disc Labeling DVD duplicators, recorders and publishing systems., 2, EA; LI 035: 64GB SDXC Professional 400x Class 10 UHS-I Memory Card ?64GB Data Storage Capacity ?Class 10 ?Max. Read Speed: 60MB/s ?Max. Write Speed: 20MB/s ?Ultra High Speed Class 1 ?Limited Lifetime Warranty, 7, EA; LI 036: Watson NP-F770 Lithium-Ion Battery Pack (7.4V, 4400mAh) ((Name Brand or Equal) Similar to Model (Brand Name or Equal)) ?Replacement for Sony NP-F770 Battery, 4, 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 Fort Bragg 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 Fort Bragg 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. 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 (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission 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. No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Price, and Responsibility: Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. (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. (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) The applicable NAICS code for this procurement is 334220,with the related size standard of 1,000 Employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive. The award of this solicitation will be evaluated by Lowest Price Technically Acceptable. The offer must meet or exceed technical specifications. The standard of performance applicable to the "or equal characteristics" is that it must be functionally equivalent to the stated salient characteristics, but not necessarily the same in every detail. The offer of all priced items multiplied by the quantity stated in this solicitation will be considered as a total price. Subject to the provisions contained herein, the Government intends to award a single order resulting from the solicitation, whose quote conforms to the solicitation?s requirements (to include all stated terms, conditions, and all other information required by the solicitation), provides the Lowest Priced Technically Acceptable, quote to satisfy the requirements of this solicitation. Quotes that fail to address all the requirements set forth in the solicitation will be rejected. Amy quote that is simply copied and pasted from the requested solicitation line item must include make and model number. If make, model and description are not provided in quote, the quote will not be considered. SELLERS **MUST** ENTER EXACTLY WHAT THEY ARE BIDDING (INCLUDING MAKE, MODEL AND DESCRIPTION) INTO THE BLANK DESCRIPTION FIELD IN ORDER FOR THE BID TO BE CONSIDERED. Quote will NOT be considered if make, model and description are not incuded. Stating that specs for any item will be provided upon approval of awarded, will not be considered. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Bidders must quote on all items. Partial quotes will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f1e80bdc8fd1d2f40140b16708ee242)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310
 
Record
SN03536476-W 20141001/140930022949-8f1e80bdc8fd1d2f40140b16708ee242 (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.