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 -- Audio/Video & Photographic Equipment Production - List of Required Items

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, II MEF, ATTN: Contracting, PSC Box 20005, Camp Lejeune, NC 28542, Camp Lejeune, North Carolina, 28542, United States
 
ZIP Code
28542
 
Solicitation Number
M67400-17-Q-0149
 
Archive Date
12/31/2017
 
Point of Contact
Mark Silang, Phone: 011-81-98-970-5294
 
E-Mail Address
mark.silang@usmc.mil
(mark.silang@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
List of Required Items This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is an OCONUS requirement and FAR 19.000(b) applies. This procurement is not a small business set-aside and any responsible source may submit a quote. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is M6740017Q0149 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Supplement Publication Number (DPN) DPN 20161222. The FSC code is 6760 and the NAICS code is 423410. The procurement is for audio/video and photographic equipment to establish and upgrade audio/video studio for a public affairs department in a Marine Corps unit. Attachment 1 provides an itemized list of the requirement. Evaluation will be based on lowest priced technically acceptable (LPTA) quote with acceptable past performance. Past Performance will be assessed using the Past Performance Information Retrieval System (PPIRS-NG) The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. This is a Brand Name or Equal procurement and the referenced brand names are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted "equal" item(s). Therefore, if "equal" items are quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required coversheet may result in your quote being considered non-responsive by the Government. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made to: Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road Tracy, CA 95376 Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. All quotes shall be submitted in English. The following provisions and clauses apply to this acquisition by reference: 52.204-7 System For Award Management Oct 2016 52.204-13 System For Award Management Maintenance Oct 2016 52.204-16 Commercial And Government Entity Code Reporting Jul 2016 52.204-17 Ownership Or Control Of Offeror Jul 2016 52.204-18 Commercial And Government Entity Code Maintenance Jul 2016 52.204-19 Incorporation By Reference Of Representations And Certifications. Dec 2014 52.204-20 Predecessor Of Offeror Jul 2016 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation Nov 2015 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under And Federal Law Feb 2016 52.212-1 Instructions To Offerors--Commercial Items Jan 2017 52.212-3 Alt I Offeror Representations And Certifications--Commercial Items (JAN 2017) Alternate I Oct 2014 52.212-4 Contract Terms And Conditions--Commercial Items Jan 2017 52.225-13 Restrictions On Certain Foreign Purchases Jun 2008 52.225-18 Place Of Manufacture Mar 2015 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran-- Representation And Certifications. Oct 2015 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Dec 2013 52.247-34 F.O.B. Destination Nov 1991 52.247-64 Preference For Privately Owned U.S. - Flag Commercial Vessels Feb 2006 52.249-2 Termination For Convenience Of The Government (Fixed-Price) Apr 2012 52.252-1 Solicitation Provisions Incorporated By Reference Feb 1998 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011 252.203-7002 Requirement To Inform Employees Of Whistlebower Rights Sep 2013 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Nov 2011 252.204-7003 Control Of Government Personnel Work Product Apr 1992 252.204-7004 Alt A System For Award Management Alternate A Feb 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016 252.204-7011 Alternative Line Item Structure Sep 2011 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting Oct 2016 252.211-7008 Use Of Government-Assigned Serial Numbers Sep 2010 252.213-7000 Notice To Prospective Suppliers On Use Of Past Performance Information Retrieval System--Statistical Reporting In Past Performance Evaluations Jun 2015 252.215-7008 Only One Offer Oct 2013 252.222-7007 Representation Regarding Combating Trafficking In Persons Jan 2015 252.223-7008 Prohibition Of Hexavalent Chromium Jun 2013 252.225-7043 Antiterrorism/Force Protection Policy For Defense Contractors Outside The United States Jun 2015 252.225-7048 Export-Controlled Items Jun 2013 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Jun 2012 252.232-7010 Levies On Contract Payments Dec 2006 252.244-7000 Subcontracts For Commercial Items Jun 2013 252.247-7023 Transportation Of Supplies By Sea Apr 2014 The following clauses apply to this acquisition and will be incorporated in Full Text: 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders- Commercial Items Jan 2017 52.252-2 Clauses Incorporated By Reference Feb 1998 252.211-7003 Item Unique Identification And Valuation Mar 2016 252.211-7006 Passive Radio Frequency Identification Jun 2016 252.232-7006 Wide Area Workflow Payment Instructions May 2013 Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non- responsive by the Government. However, quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT than the expiration of this RFQ. Quotes are due no later than the specified response time/date to the point of contact. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M27110/M67400-17-Q-0149/listing.html)
 
Place of Performance
Address: Delivery shall be made to:, Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, 25600 Chrisman Road, Tracy, California, 95376, United States
Zip Code: 95376
 
Record
SN04681163-W 20170917/170915232532-6ea7d72f2044a76403b3543ca46e48c9 (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.