SOLICITATION NOTICE
67 -- Brand Name or Equal - Redlake cameras
- Notice Date
- 5/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-07-T-1076
- Response Due
- 6/11/2007
- Archive Date
- 8/10/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Combination Synopsis/Solicitation Solicitation Number: W9124R-07-T-1076 Technical Questions/Comments: 04 June 2007, 12:00 PM MST Response Date: 11 June 2007, 12:00 PM MST This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, a s sup plemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under the Si mplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an eq ual to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16, Effective 22 Mar 2007 Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation (D FAR) curr ent to DCN 20070426. This acquisition is being solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) is 333315 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability to meet the requirement and price. The proposal shall consist of the following Contract Line Item Numbers (CLINs): 0001, Quantity: 2, Unit of Issue: Each, Description: Part # 10003304-032 HG-XR, Ruggedized, High Speed Imager, Color, 32GB. See website http://www.yuma.army.mil/contracting/index.html for specifications. All qu otes shall include shipping costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. If you provide a quotation for other than the Brand Name specified you must provide technical information about the product you propose so that a technical determination can be made in the review process. Failure to provide the evidence of any equivalent p roduct may result in your proposal being excluded from consideration for award. All proposals shall be clearly marked with Request for Proposal number W9124R-07-T-1076 and emailed to the POC listed below or sent by facsimile to 928-328-6849 no later than 1 1 June 2007, 12:00 PM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 04 June 2007, 12:00 PM MST. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acqui sition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Rep resentations and Certifications Application (ORCA) web site at http://orca.bpn.gov Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at h ttp://farsite.hill.af.mi l/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representa tions and Certification Commerci al Items (Jun 2005 ) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007). FAR 52.211-16 Brand Name or Equal (Aug 1999). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Orde r Commercial Items (Mar 2007) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995), 52.219-6 Noti ce of Total Small Business Set-Aside (June 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Reme dies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999) , 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-36 A ffirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). 52.222-39 Notification of Employee Rights Concerning Payment of Unio n Dues or Fees (Dec 2004). 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (June 2005), 252.225-7012 Pr eference for Certain Domestic Commodities (Jan 2007), 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC listed below or facsimile (928) 328-6849 for notificat ion of amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01305556-W 20070601/070530221203 (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 |