SOLICITATION NOTICE
67 -- Photographic Equipment
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Yuma Proving Ground CTR, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R10T1020
- Response Due
- 3/31/2010
- Archive Date
- 5/30/2010
- Point of Contact
- Erik Reta, 928-328-6163
- E-Mail Address
-
Yuma Proving Ground CTR
(erik.reta@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items, 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 requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6 (Aug 1999). It is strongly advise that you review this clause for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, effective 19 March 2010 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100315 edition. This action is solicited as unrestricted. The award will be made to the low priced, technically acceptable offeror. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Credit Card. Offerors shall account for any costs associated with accepting credit card payment. 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 quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: four (4), Unit of Issue: Each, Description: Refurbished Redlake HGXR High Speed Cameras with 16GB memory, part number: 10003304-32 HGXR Brand name or equal. Technical proposals will be evaluated to determine proposed items meet the minimum salient characteristics of the brand name items. The minimum salient characteristics are attached to this synopsis and are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/site contracting.asp. Delivery shall be made to the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Delivery is required 30 days from award. Partial deliveries are not authorized. Arizona vendors are to include the Arizona Transaction Privilege Tax. All quotations shall be clearly marked with Request for Quotation (RFQ) number W9124R-10-T-1020 and e-mailed or faxed to the Point of Contact below no later than 31 March 2010 11:00 AM Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be e-mailed to the point of contact no later than 25 March 2010 at 12:00 PM Noon Mountain Standard Time (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 acquisition. FAR provision 52.211-6 Brand Name or Equal (Aug 1999). FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jun 2008) and FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Feb 2009) with Alternate I (Apr 2002). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete. If the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov then the offeror shall only complete section (b) of FAR Clause 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Feb 2010) 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), 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Jul 2005), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-28 Post Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009), 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 Affirmative 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), 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.222-54 Employment Eligibility Verification (Jan 2009), 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (Feb 2010), 52.252-2 Clauses Incorporated by Reference (Feb 1998). DFARS Clauses 252.211-7003 Item Identification and Valuation (Aug 2008) and 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) applies to this acquisition, FAR 52.203-3 Gratuities (Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), 252.225-7035 Buy American Act Free Trade Agreements Balance of Payments Program Certificate (Dec 2009), 252.225-7036 Buy American Act Free Trade Agreements-Balance of Payments Program (Jul 2009), 252.232-7003 Electronic Submission of Payment Requests (Mar 2008), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002). 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d6c235654446c5139e83333c9b427cb)
- Place of Performance
- Address: Yuma Proving Ground Mission and Installation Contracting Command, 301 C Street BLDG 2364 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02100035-W 20100325/100323235607-8d6c235654446c5139e83333c9b427cb (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 |