SOLICITATION NOTICE
67 -- PUBLIC AFFAIRS EQUIPMENT
- Notice Date
- 9/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
- ZIP Code
- 23150-2523
- Solicitation Number
- W912LQ-11-Q-0005
- Response Due
- 9/26/2011
- Archive Date
- 11/25/2011
- Point of Contact
- Amy Daniels, 757-225-1794
- E-Mail Address
-
VaANG Base Contracting Officer
(amy.daniels@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- 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 acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 334310 size standard of 750 employees Contract line item numbers and quantities: 0001: STILL PHOTO SYSTEM/KIT IAW ATTACHED 0002: DIGITAL VIDEO ACQUISITION SYSTEM/KIT IAW ATTACHED 0003: DIGITAL VIDEO EDITING SYSTEM/KIT IAW ATTACHED 0004: ADDITIONAL EQUIPMENT IAW ATTACHED The following provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Aug 2009) Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.204-7004 Alt ACentral Contractor Registration (52.204-7) Alternate A 252.211-7003 Item Identification and Valuation 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications The following clauses are provided in full text: 52.212-2, Evaluation- Commercial Items (a) The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to the offeror that proposes the best value to the Government. "Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In addition to price, when determining best value, the ordering activity may consider, among other factors, past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms. Award will not be made to a large business unless a significant price disparity deems it to be in the best interest of the Government. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors' initial proposal should contain the best terms from a price and technical standpoint. 52.212-4 is amended as follows: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoices. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). The following FAR clauses cited within this clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans, 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) 52.233-2, Service of Protest (192 MSG/MSC, Attn: MSgt Amy Daniels, 45 Nealy Ave Suite 118, Langley AFB, VA 23665)., 52.233-3, Protest After Award, 52.239-1, Privacy of Security Safeguards. 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION). The following clauses and provisions within this clause are applicable: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea,. Contractors are required to include a complete copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their proposal unless offeror has a current ORCA registration online at https://orca.bpn.gov/login.aspx. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). All information relating to this solicitation will be posted on the Federal Business Opportunities website. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST on 25 Sep 11. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals must be submitted in writing via email by 11:59 p.m. EST on 26 Sep 11 to email amy.daniels@langley.af.mil. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). It is the responsibility of the offeror to verify receipt of all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-11-Q-0005/listing.html)
- Place of Performance
- Address: VaANG Base Contracting Officer 45 NEALY AVE SUITE 118 LANGLEY AFB VA
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02587678-W 20110923/110922001754-50c9b2205f5595f83a3db7dcf0cd2bf8 (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 |