Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

67 -- High Sensitivity Cameras - Characteristics/Specifications

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-11-R-0033
 
Archive Date
9/21/2011
 
Point of Contact
Kelvin Johnson, Phone: 202-404-2330, Steven M. Thomas, Phone: 2027671479
 
E-Mail Address
kelvin.johnson.ctr@afncr.af.mil, steven.thomas-02@afncr.af.mil
(kelvin.johnson.ctr@afncr.af.mil, steven.thomas-02@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Camera Specifications 22 August 2011 Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for 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. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 423410, with a small business size of 100 employees. This is a 100 Percent Small Business Set Aside requirement; all qualified vendors are encouraged to submit a quote. The United States Air Force request responses from qualified sources capable of providing: - See attached specifications All inquiries and proposals/quotes regarding this requirement must be emailed to Kelvin Johnson at Kelvin.Johnson.Ctr@afncr.af.mil or posted on FEDBIZOPPS by 6 September 2011 11:00AM EST. EVALUATION FACTORS FOR AWARD: This acquisition is for a 100% Small Business Set-aside. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. This requirement is for "Brand Name or Equal". The following factors shall be used to evaluate offers: 1. LPTA Lowest Price Technically Acceptable; Price (all line items shall be priced) The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government w/ Alt. I.; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Line Items Required: Hitachi KP-E500 or equal ½" Super High Sensitivity B/W EM-CCD camera 10 EA Hitachi KP-DE500 or equal ½" Super High Sensitivity Color EM-CCD camera 10 EA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-11-R-0033/listing.html)
 
Place of Performance
Address: TBD, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02544001-W 20110824/110822235155-7c60761826b2fa12311e006e3a78f5ab (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.