Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

70 -- SONY RECORDING VIDEO DEVICES - J&A

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video 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
HQ051665942
 
Archive Date
8/27/2016
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.l.moore.civ@mail.mil
(shevonn.l.moore.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A COMBINED SYNOPSIS/SOLICITATION: HQ051665942 Title: SONY RECORDING VIDEO DEVICES Description(s): COMBINED SYNOPSIS/SOLICITATION 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. This is a Brand Name Procurement - see attached Salient Characteristics. a. Solicitation Number HQ051665942 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 2005-88, effective 15 June 2016 and DFARS Change Notice 20160607. c. This procurement is a brand name or equal requirement; associated with NAICS Code 334310 with a employee size of 750 and is restricted. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY Brand Name Only CLIN # Item Description SONY P/N Qty 0001 Complete Head Drum Assembly A-8325-095-B 3EA UNIT PRICE @ ________ x 3EA = $______ 0002 MTD CIRCUIT BOARD A6711808A 3EA UNIT PRICE @ ________ x 3EA = $______ 0003 Drum Head Assembly A-6050-541-B 1 EA UNIT PRICE @ ________ x 1EA = $______ 0004 IMX UPPER DRUM ASSEMBLY A-8325-096-D 3EA UNIT PRICE @ ________ x 3EA = $______ 0005 Audio Board MSW-M2000 A1119167A 3EA UNIT PRICE @ ________ x 3EA = $______ 0006 UPPER DRUM ASSEMBLY A-6762-399-A 3EA UNIT PRICE @ ________ x 3EA = $______ 0007 VU Meter Circuit Board 9-885-123-64 4EA UNIT PRICE @ ________ x 4EA = $______ 0008 Companion Mounted Circuit Board 9-885--065-15 5EA UNIT PRICE @ ________ x 5EA = $______ 0009 Companion Mounted Circuit Board 9-885--123-68 5EA UNIT PRICE @ ________ x 5EA = $______ TOTAL PRICE FOR THIS QUOTE $____________________ Delivery and acceptance will be made at location: FOB DESTINATIONS 802 LRS LGRDDC 1865 SELFRIDGE AVE STE 4 LACKLAND TX 78236-5214 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (OCT 2015) 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 (OCT 2014) 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 (SAM) 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) (APR 2016). 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) (MAY 2015) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JUN 2016) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (FEB 2016) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 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) 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. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 14 July 2016 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at shevonn.l.moore.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ051665942 - SONY RECORDING VIDEO DEVICES" to expedite identification of your quote. For 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. Primary Point of Contact: Shevonn Moore Contract Specialist shevonn.l.moore.civ@mail.mil Phone: 951-413-2634 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83f261fa25d4a9dab1278939c027aca7)
 
Place of Performance
Address: 802 LRS LGRDDC, 1865 SELFRIDGE AVE STE 4, LACKLAND, Texas, 78236-521, United States
 
Record
SN04179109-W 20160714/160712234651-83f261fa25d4a9dab1278939c027aca7 (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.