SOLICITATION NOTICE
67 -- Digital Video Editing System and Misc Camera Equipment
- Notice Date
- 9/10/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- DAHA13-03-R-0005
- Response Due
- 9/22/2003
- Archive Date
- 11/21/2003
- Point of Contact
- Renee Berg, 515-252-4615
- E-Mail Address
-
Email your questions to USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 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; proposals a re being requested and a written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number DAHA13-03-R-0005. All quotes shall reference the RFP number and shall be submitted by 4:30 P.M. local time on 22 Sep 20 03. The anticipated award date is 24 Sep 2003, with a proposed delivery date of 60 days. Multiple awards may be made. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-15. T his solicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 443130 size standard of 6.0. The Iowa Army National Guard and the 135th Public Affairs Detachment is in the process of purchasing eq uipment that would be used in producing broadcast quality video releases. Due to the changes that are taking place within the broadcast industry it is imperative that we purchase equipment that is equal to that being used within the civilian sector to ensu re compatibility. The video acquisition and editing equipment will be used to gather, edit and market broadcast quality media to military and civilian television stations. The video format must be state of the art and compatible with current civilian indus try technology standards such as DVC Pro. The equipment needs to be extremely durable and able to withstand extreme temperature changes and high humidity. The equipment must be compact and lightweight to ensure easy deployability. Each system must be a sta nd-alone system. For a detailed breakdown of the requirements see attachment 1-6 which can be viewed on http://216.81.179.134/ebs/advertisedsolicitations.asp. The requested items are listed according to the document number shown on the top right hand side of each attachment. Each document number will have a required number of sets listed on the top left-hand corner to identify quantity. An individual price must be submitted for each line item in the attachment for a total cost, which must then be multipl ied by the number of sets. The listed items shall be delivered to the Iowa National Guard, Warehouse 12, Receiving Desk at 7700 N.W. Beaver Drive, Camp Dodge, Johnston, IA 50131. Solicitation provision at FAR 52.212-1, Instructions to Offerors??????Commerc ial Items (OCT 2000) is hereby incorporated by reference. 52.212-2, Instructions to Offerors ?????? Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the s olicitation will be most advantageous representing the best value to the Government, price and other factors considered. The technical factors used to evaluate offers will be product performance, system compatibility, compliance with the requirement, past performance and delivery terms. The technical factors will be rated approximately equal to cost or price. Evaluation of product compliance shall be based upon the following: Items should meet the salient physical, functional and performance characteristi cs specified in the solicitation. The items shall be clearly identified by brand name and make or model number. Offerors shall provide specification sheets on each proposed item. The vendor shall identify the number of days it will take provide the reques ted items, failure to identify the number of days for delivery will indicate acceptance of a delivery date 60 days after award of the contract. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information pro vided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other s ources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar items t o those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, contract number, current telephone number and fax number for each contract. Offerors shall address each evaluation factor stated above, failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of provision at FAR 52.212-3 I, Offeror Representations and Certificat ions??????Commercial Items Alternate I, with their proposal. The following clauses and provisions are incorporated by reference: FAR 52.211-6 Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Order s??????Commercial Items; 252.212-7035, Buy American Act ?????? North American Free Trade Agreement Implementation Act ?????? Balance of Payments Program Certificate; 52.252-1, Commercial Items Solicitation Provisions Incorporated by Reference; 52.252-2, Cl auses Incorporated by Reference; 252.204-7004, Required Central Contractor Registration; 52.247-34, F.O.B. ?????? Destination; The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontra ctor Sales to the Government, with Alternate I; Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637); 52.222-21, Prohibition of S egregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases (Deviation); 52.232-36 Payment by Third Party (31 U.S.C. 3332); 52.232-33, Payment by Electronic Funds T ransfer -- Central Contractor Registration; The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) 252.225-7012 Preference for Certain Domestic Commodities; 252.225-70 14 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241 note); 252.227-7015, Technical Data, Commercial Items; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, 252.225-7036, Buy American Act ?????? North American Free Trade Ag reement Implementation Act ?????? Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note) . The clauses incorporated by reference can be accessed in full text at the Army Acquisition Web Site: http://deskbook.dau.mil/jsp/default .jsp. Sign and date your offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-2416, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 22 Aug 2003. For infor mation regarding this solicitation contact SSgt Renee Berg at (515) 252-4615 or CW3 Mark Thompson at (515) 252-4248.
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131-1902
- Country: US
- Zip Code: 50131-1902
- Record
- SN00431159-W 20030912/030910213413 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |