Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

67 -- TRIPODS - DELIVERY ADDRESSES - SALIENT CHARACTERISTICS

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying 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
HQ002861240843
 
Point of Contact
Claudio T. Casupang, Phone: (951) 413-2381, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil
(claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
SALIENT CHARACTERISTICS DELIVERY ADDRESSES COMBINED SYNOPSIS/SOLICITATION: HQ0028 6124 0843 Title: Tripods 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 or equal - see attached salient characteristics. a. Solicitation Number HQ0028 6124 0843 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 2005-89, effective 14 July 2016 and DFARS Change Notice 20160630. c. This procurement is brand name or equal; associated with NAICS Code 333316 with a size standard of 1000 employees. This procurement is 100% set aside for Hubzone. d. Description: THESE ITEMS ARE BRAND NAME OR EQUAL; SEE THE ATTACHED SALIENT CHARACTERISTIC. FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY. NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. CLIN 0001: TRIPOD KIT DESCRIPTION: C/O: 1 EA (MT055CXPRO3) CARBON FIBER TRIPOD; APPROX LOAD CAPACITY: 20-LBS, APPROX MAX/MIN HEIGHT: 70-IN/3.5-IN, MAX W/O COLUMN EXTENDED: 55-IN, APPROX WEIGHT 4.5-LBS, CARBON FIBER LEGS, HEAD ATTACHMENT FITTING: 3/8-IN, LEG STAGES/SECTIONS: 2/3, FLIP TYPE LEG LOCKS, INDEPENDENT LEG SPREAD, RAPID TYPE CENTER COLUMN, 90-DEG HORIZONTAL, 1 CENTER COLUMN SECTION, 360-DEG ROTATING BULL'S EYE BUBBLE LEVEL; 1 EA (MHXPRO-3W) PAN/TILT HEAD, APPROX LOAD CAPACITY: 17-LBS, RC2 QUICK RELEASE, BUBBLE LEVEL, TENSION CONTROL, SEPARATE PANNING LOCK, TRIPOD MOUNT THREAD SIZE: 3/8-IN, APPROX DIMENSIONS: 5 X 5 X 5-IN, HEIGHT: 5-IN, WEIGHT: 2 LBS. MFR PART NR: MT055CXPRO3/MHXPRO-3W UNIT PRICE @ _____________ x 3 EA = $__________________ CLIN 0002: TRIPOD W/PAN/TILT HEAD KIT DESCRIPTION: KIT C/O: 1 EA MT190XPRO3 ALUMINUM TRIPOD WITH LIMITED 2-YEAR WARRANTY AND 8-YEAR WARRANTY EXTENSION UPON ONLINE PRODUCT REGISTRATION; 1 EA 804RC2 3-WAY PAN/TILT HEAD WITH RC2 QUICK RELEASE AND 200PL QR PLATE WITH 1/4-IN-20 SCREW AND 3/8-IN BUSHING ADAPTER WITH 2-YEAR WARRANTY + ADDITIONAL 3-YEARS AFTER REGISTERING. MFR PART NR: MT190XPRO3/804RC2 UNIT PRICE @ _____________ x 7 EA = $__________________ CLIN 0003: STABILIZER SYSTEM DESCRIPTION: CAMERA; HANDHELD; ALUMINUM; LOAD RANGE: 4-10-LBS; ADJUSTABLE HEAD ASSEMBLY/TOP STAGE, APPROXIMATE X, Y HEAD DIMENSIONS: 8-3/4 X 5 X 1-IN, QUICK RELEASE WITH 1/4 AND 3/8-IN PLATE MOUNTING, DOVETAIL PLATE, APPROXIMATE BASE PLATFORM DIMENSIONS 13 X 4.75-IN, 18 X 4.75-IN, FREE FLOATING, PRECISION GIMBAL, DYNAMIC SPIN 360-DEG PANNING AND TILTING, POST TELESCOPING, 1-IN CENTRAL SUPPORT POST, 20 TO 28-IN RANGE, APPROX WEIGHT 3-LBS. MFR PART NR: GLHD4000 UNIT PRICE @ _____________ x 14 EA = $__________________ CLIN 0004: SLIDER/TRACK/PAN AND TILT HEAD DESCRIPTION: C/O: 1 EA HDAP-1M POWDER COATED BILLET ALUMINUM, 3/8-IN-16 THREADED MOUNTING STUD F/U/W FLAT BASE TRIPOD HEADS, 8 PRECISION BEARINGS, MICRO-ADJUSTABLE CAMS, ANODIZED 6061 ALUMINUM, RAIL DIAMETER 0.6-IN (16 MM), RAIL SPACING: 2.4-IN, MOUNTING 1/4-20 AND 3/8-16 THREADED MOUNTING HOLES ON EACH SUPPORT FOOT; 1 EA MVH502AH TRIPOD HEAD, INDEPENDENT PAN LOCK, LOAD CAPACITY: 9 LBS, ALUMINUM PAN BAR, 2-POSITIONS, CONTINUOUSLY ADJUSTABLE DRAG RANGE 0 TO MAX, 360 DEGREE LEVEL, PANORAMIC ROTATION, PLATE TYPE: 504PLONG, QUICK RELEASE, SECONDARY SAFETY SYSTEM, APPROXIMATE SLIDING TRAVEL PLATE RANGE 3.5-IN, SPRING LOADED COUNTER BALANCE, CONTINUOUS TILT-DRAG, ADJUSTABLE RANGE: 0 TO MAX, APPROXIMATE WEIGHT 3.5-LBS, APPROXIMATE WORKING HEIGHT 5-IN. MFR PART NR: HDAP-1M/MVH502AH UNIT PRICE @ _____________ x 7 EA = $__________________ CLIN 0005: VIDEO SLIDER DESCRIPTION: CNC MACHINED ALUMINUM TRACK; APPROXIMATE TRAVEL: 32-IM; CURVE RADIUS 36-IN, TRAVEL ANGLE: 51-DEG; MOUNTING THREADS: 3/8-IM AND 1/4-IN; DIMENSIONS: L 36-IN X W 5.95-IN; TOTAL WEIGHT: 4.6 LBS; FOUR WHEELS AND EIGHT ROLLER BEARINGS; CLAMP AND LOCKING KNOBS ON CARRIAGE; LEGS FOLD DOWN FOR EASY STORAGE; CARRYING CASE INCLUDED. MFR PART NR: VS36 UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0006: CAMERA STABILIZATION SYSTEM DESCRIPTION: ALUMINUM ARM; STEEL/CARBON ALLOY SPRINGS; APPROXIMATE ARM BOOM RANGE: 15-IN; FREE-FLOATING GIMBAL; 360-DEG PANNING AND TILTING; NO-TOOL POST TELESCOPING; SUPPORTS UP TO 10-LBS; C/W: GLIDECAM SMOOTH SHOOTER SUPPORT SYSTEM, GLIDECAM SUPPORT VEST, DYNA-ELASTIC ARM, STAINLESS STEEL ARM POST, 6EA STEEL WEIGHT PLATES, HARDWARE AND OPERATIONS MANUAL, DOCKING BRACKET, 90-DAY WARRANTY. MFR PART NR: GLSSH UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0007: TRIPOD DOLLY DESCRIPTION: ALUMINUM; F/U/W: 100MM TRIPODS; SUPPORTS UP TO 132-LBS; HEIGHT: 6.1-IN; BUILD-UP RADIUS: 19.3-IN; DOORWAY WIDTH: 33-IN; 4-IN WHEELS; INDEPENDENT WHEEL LOCKS. MFR PART NR: 7067 UNIT PRICE @ _____________ x 8 EA = $__________________ CLIN 0008: MONOPOD W/500HEAD DESCRIPTION: ALUMINUM; MAX HEIGHT: 79-IN; MIN HEIGHT: 30-IN; 4 LEG SECTIONS W/FLIP LOCKS; 3/8-IN SCREW ATTACHMENT; LOAD CAPACITY: 11-LBS; 3 MINI LEGS AT BASE; LONG SLIDING PLATE W/ 1/4-20 AND 3/8-16 CAMERA SCREWS; TILT RANGE: -70/+90-DEG; C/W: MONOPOD, HAND STRAP, MODIFIED MVH500A HEAD, 500PLONG CAMERA PLATE. MFR PART NR: MVM500A UNIT PRICE @ _____________ x 5 EA = $__________________ CLIN 0009: TRIPOD KIT DESCRIPTION: CARBON FIBER; 19.8-LB CAPCACTITY; MIN/MAX HEIGHT: 17-IN/73.7-IN; 5-STEP DRAG CONTROL; SELF-ILLUMINATING TOUCH BUBBLE; 10-STEP COUNTER BALANCE; SYS C/O: TT 75/2 CF TELESCOPIC TRIPOD, FSB-8 75MM FLUID HEAD(0707), DV 75 L PADDED BAG(9109); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. MFR PART NR: 0777 UNIT PRICE @ _____________ x 6 EA = $__________________ CLIN 0010: MONOPOD DESCRIPTION: ALUMINUM; SAFETY LOCK; NEOTEC RAPID OPENING AND CLOSING MECHANISM; LIGHTWEIGHT RUBBER FOOT PEDAL; SUCTION CUP FOOT; FOAM LEG-WARMER; MAX HEIGHT: 66.93-IN; FOLDED LENGTH: 29.3-IN; 3 LEG SECTIONS; 1/4IN-20 WITH 3/8IN-16 RETRACTABLE SCREW. MFR PART NR: 685B UNIT PRICE @ _____________ x 3 EA = $__________________ CLIN 0011: RISER SYSTEM DESCRIPTION: TRIPOD RISER AND STANDING PLATFORM; TRIPOD RISER SUPPORTS UP TO 200-LBS; 24-IN HIGH; SPREADER CHANNEL LENGTH: 24.75-IN; SPREDER CHANNEL WIDTH:3-IN; STANDING PLATFORM SUPPORTS UP TO 300-LBS; AREA: 23.25-IN X 23.25-IN; 23-IN HIGH; WEIGHT RISER AND PLATFORM FOLDED: 42-LBS; C/W: PADDED CARRYING HANDLE. MFR PART NR: TR2SP2 UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0012: TRIPOD DESCRIPTION: CARBON FIBER; LOAD CAPACITY: 15.4-LBS; MAX HEIGHT: 63-IN; FOLDED LENGTH: 20.6-IN; WEIGHT: 3.6-LBS; MIN HEIGHT: 3.2-IN; LEG STAGES/SECTIONS: 3/4; INDEPENDENT LEG SPREAD; FLIP TYPE LEG LOCKS; RUBBER FEET; HEAD MOUNT THREAD SIZE: 3/8-IN; ROTATING BUBBLE LEVEL; RAPID TYPE FRICTION LOCK-CENTER COLUMN; 90-DEG COLUMN: SWINGS 90 DEGREES HORIZONTAL. MFR PART NR: MT190CXPRO4 UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0013: TRIPOD DESCRIPTION: CARBON FIBER; HEIGHT ADJUSTS FROM 31.1-IN TO 79- IN; 33.1-LB LOAD CAPACITY; CENTRAL LOCKING SYSTEM RELEASES ALL 3 LEGS SIMULTANEOUSLY C/W: 100MM 4- IN HALF BOWL, PNEUMATIC CENTER COLUMN, ROTARY CLAMPING SYSTEM, MID-LEVEL SPREADER, HANDLE AND CARRYING STRAP; F/U/W SACHTLER FLUID TRIPOD HEADS DV 8/100, DV 12, DV 15 AND VIDEO 18 PLUS SENSOR. MFR PART NR: 5385/10 UNIT PRICE @ _____________ x 9 EA = $__________________ CLIN 0014: FLUID HEAD DESCRIPTION: FLAT BASE; LOAD CAPACITY: 11-80 LBS; DIAMETER/THREAD: 150MM 6-IN HALF-BALL; TORSION SPRING COUNTER-BALANCE SYSTEM; COUNTER-BALANCE RANGE: 18 STEPS, 11-LBS TO 80-LBS; CENTER OF GRAVITY: 150MM; BALANCE PLATE W/4.4-IN SLIDING RANGE; TILT/DRAG 8 STEPS/ 0 TO 7; TILT RANGE: +90-DEG TO -75-DEG; TILT LOCK; SPRING LOADED COUNTER BALANCE: 8 STEPS, 0 TO 7; 360-DEG PAN RANGE; PAN LOCK; ILLUMINATED LEVELING BUBBLE,; TEMPERATURE RANGE -40-DEG TO 140-DEG F; APPROXIMATE WEIGHT: 10-LBS; C/W: QUICK RELEASE/WEDGE PLATE(CAT #1064), 1EA RIGHT TELESCOPIC PAN BAR(#3270), 1-EACH LEFT TELESCOPIC PAN BAR(#3271). MFR PART NR: 2501P UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0015: STABILIZER SYSTEM DESCRIPTION: CAMERA; HANDHELD; ALUMINUM; LOAD RANGE: 4-10-LBS; ADJUSTABLE HEAD ASSEMBLY/TOP STAGE, APPROXIMATE X, Y HEAD DIMENSIONS: 8-3/4 X 5 X 1-IN, QUICK RELEASE WITH 1/4 AND 3/8-IN PLATE MOUNTING, DOVETAIL PLATE, APPROXIMATE BASE PLATFORM DIMENSIONS 13 X 4.75-IN, 18 X 4.75-IN, FREE FLOATING, PRECISION GIMBAL, DYNAMIC SPIN 360-DEG PANNING AND TILTING, POST TELESCOPING, 1-IN CENTRAL SUPPORT POST, 20 TO 28-IN RANGE, APPROX WEIGHT 3-LBS. MFR PART NR: GLHD4000 UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0016: MONOPOD W/500HEAD DESCRIPTION: ALUMINUM; MAX HEIGHT: 79-IN; MIN HEIGHT: 30-IN; 4 LEG SECTIONS W/FLIP LOCKS; 3/8-IN SCREW ATTACHMENT; LOAD CAPACITY: 11-LBS; 3 MINI LEGS AT BASE; LONG SLIDING PLATE W/ 1/4-20 AND 3/8-16 CAMERA SCREWS; TILT RANGE: -70/+90-DEG; C/W: MONOPOD, HAND STRAP, MODIFIED MVH500A HEAD, 500PLONG CAMERA PLATE. MFR PART NR: MVM500A UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0017: TRIPOD KIT DESCRIPTION: CARBON FIBER; 19.8-LB CAPCACTITY; MIN/MAX HEIGHT: 17-IN/73.7-IN; 5-STEP DRAG CONTROL; SELF-ILLUMINATING TOUCH BUBBLE; 10-STEP COUNTER BALANCE; SYS C/O: TT 75/2 CF TELESCOPIC TRIPOD, FSB-8 75MM FLUID HEAD(0707), DV 75 L PADDED BAG(9109); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. MFR PART NR: 0777 UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0018: MONOPOD DESCRIPTION: ALUMINUM; SAFETY LOCK; NEOTEC RAPID OPENING AND CLOSING MECHANISM; LIGHTWEIGHT RUBBER FOOT PEDAL; SUCTION CUP FOOT; FOAM LEG-WARMER; MAX HEIGHT: 66.93-IN; FOLDED LENGTH: 29.3-IN; 3 LEG SECTIONS; 1/4IN-20 WITH 3/8IN-16 RETRACTABLE SCREW. MFR PART NR: 685B UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0019: TRIPOD DESCRIPTION: CARBON FIBER; HEIGHT ADJUSTS FROM 31.1-IN TO 79- IN; 33.1-LB LOAD CAPACITY; CENTRAL LOCKING SYSTEM RELEASES ALL 3 LEGS SIMULTANEOUSLY C/W: 100MM 4- IN HALF BOWL, PNEUMATIC CENTER COLUMN, ROTARY CLAMPING SYSTEM, MID-LEVEL SPREADER, HANDLE AND CARRYING STRAP; F/U/W SACHTLER FLUID TRIPOD HEADS DV 8/100, DV 12, DV 15 AND VIDEO 18 PLUS SENSOR. MFR PART NR: 5385/10 UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0020: TRIPOD DESCRIPTION: COMPACT TRAVEL TRIPOD; MAX HT: 8.6-IN; MIN HT: 6.8-IN; FOLDED LENGTH: 7.9-IN; LOAD CAPACITY: 3.3-LB; LOCKING RING LEG LOCKS; INDEPENDENT LEG SPREADER; SLIDING CENTER COLUMN; C/W: 2-WAY PAN AND TILT HEAD. MFR PART NR: 611-352 UNIT PRICE @ _____________ x 1 EA = $__________________ TOTAL PRICE FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at location: FOB DESTINATION ***SEE ATTACHED LIST FOR DELIVERY ADDRESSES*** f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and 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. 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 in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). 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 52.202-1 Definitions (NOV 2013) FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (April 2014) FAR 52.211-5 Material Requirements (August 2000) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2014) FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award (Nov 2011) FAR 52.222-17 Nondisplacement of Qualified workers (MAY 2014) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) FAR 52.223-4 Recovered Material Certification (MAY 2008) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-1 Payments (April 1984) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012) FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.237-2 Protecion Of Government Buildings, Equipment, and Vegetation ( APR 1984) FAR 52.242-15 Stop-Work Order (AUG 1989) FAR 52.242-17 Government Delay of Work (APR 1984) FAR 52.243-1 Changes - Fixed Price (Augt 1987) FAR 52.245-1 Government Property (APR 2012) FAR 52.246-4 Inspection Of Services - Fixed Price (Aug 1996) FAR 52.249-4 Termination For Convenience Of The Government (Services Short Form) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 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) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.203-7098 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or Contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision DFARS 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or Contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) LOCAL DMC 52.0100-4028 Contract Contact Information) (DMC) (JUN 2005) LOCAL DMC 52.0100-4094 Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 9 AUGUST 2016 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ0028 6124 0843 " to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. 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: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: 9514132381 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/8e1624e66206885a8f6f2657096de2f7)
 
Place of Performance
Address: SEE ATTACHED LIST FOR DELIVERY ADDRESSES, JBSA LACKLAND AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN04196495-W 20160728/160726235149-8e1624e66206885a8f6f2657096de2f7 (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.