Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

67 -- Video Camera - Reps and Certs

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-17-Q-0473
 
Archive Date
10/4/2017
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Reps and Certs 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-17-Q-0473 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular(FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222 See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is being solicited as a total small business set aside with regard to size standard. The NAICS code is 334310 and small business size standard is 750 employees. The contractor shall provide the items detailed below on a BRAND NAME OR EQUAL, Firm Fixed Price basis. Qty Item / Description 1 RED DSMC2 RED TOUCH 4.7" LCD; (RED p/n 730-0019) 1 RED DSMC2 UNIVERSAL HANDLE; (RED p/n 790-0523) 1 RED DSMC2 BASE I/O V-LOCK EXPANDER; (RED p/n 720-0045) 1 RED MINI-MAG 120GB; (RED p/n 750-0075) 1 RED STATION RED MINI-MAG SKU: 750-0055, Manufacturer: RED 1 RED SCARLET-W BRAIN w/ STANDARD OLPF; (RED p/n 710-0242-STD) 1 RED DSMC AL CANON MOUNT (CAPTIVE); (RED p/n 725-0026) Additional minimum required specifications are: 1) The camera needs to have a Canon-lens fitting compatibility; the existing environment is an array of Canon Lenses 2) A rugged construction of aluminum alloy or stronger is necessary because the camera body will be used in the field hand-held, e.g. airfield, runways and areas under construction. 3) Light weight (under 6 lbs.) 4) Remote control software with Wi-Fi sourced from a tablet to fully control the camera's adjustments, e.g. focus, aperture, avoiding camera-shake from an operator touching the controls on the camera itself 5) Video-record in high speeds of 240 fps at 2K Full Format (2048 x 1080), 300 fps at 2K 2.4:1 (2048 x 864) to capture flying objects, e.g. drones and small aircraft; ability to freeze in post-production and maintain detail as well as ability to capture imagery exactly as you see it: 5K 2.4:1 at 60 frames per second (fps), 4K 2.4:1 at 150 fps. The identified items reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum Government requirement; however, the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items for technical acceptability evaluation. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. Offerors submitting a same-brand part number configuration equal to the minimum equipment assortment listed below, or submitting otherwise equal products, must provide technical information in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution. The Government will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Government. The Government is not responsible for locating or obtaining any information not identified in the offer. Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory-new. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The anticipated delivery date is 30 days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is: F4HBL1/Transportation Officer, Depot 2, 148 Electronic Pkwy, M/F: RIOLSC, Rome NY 13441-4516. Points of Contact: Contracting Officer: John Haberer ph: 315-330-4378 fax: 315-330-2555 email: John.Haberer@us.af.mil Contract Specialist: Richard Childres ph: 315-330-4194 fax: 315-330-2555 email: richard.childres @us.af.mil The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Quotes are due at or before 3PM, (Eastern Time) 19 SEPTEMBER 2017. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to richard.childres@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers and are weighted equally. (i) technical capability of the items offered to meet the Government requirement; (ii) price; All evaluation factors, when combined, are of equal importance. Award will be made to the lowest priced, technically capable Offeror. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alternate I. For your convenience all referenced certifications are attached to this solicitation (ATTACHMENT 1). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.211-6, Brand Name or Equal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003, Item Identification and Valuation Para. (c)(1)(i): N/A Para. (c)(1)(ii): N/A Para. (c)(1)(iii): N/A Para. (c)(1)(iv): N/A Para. (f)(2)(iii): N/A 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7031, Secondary Arab Boycott of Israel 252.227-7013, Rights in Technical Data-Noncommercial Items 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Lisette K. LeDuc,, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: Lisette.leduc@us.af.mil. Alternate Ombudsman, Kimberly L. Yoder, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: kimberly.yoder@us.af.mil The following additional terms and conditions apply: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with award of an order that will provide applicable codes for proper invoice submission. Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below: - Referencing the requirements description above, part number RED SCARLET-W BRAIN w/ STANDARD OLPF; (RED p/n 710-0242-STD). - However, offers submitting an equal must provide UII/UID Labels on any individual item with unit price equal to or exceeding $5,000. UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification. (A)LABEL: If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #. If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #. Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein. The Defense Priorities and Allocations System (DPAS) DO-C9 All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-Q-0473/listing.html)
 
Record
SN04680675-W 20170917/170915232120-44cd6b0ade20bbf9c446c7923685c4a9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.