SOLICITATION NOTICE
58 -- P2 FIELD CAMERAS AND ACCESSORIES - BRAND NAME J-A - ITEMS DESCRIPTION-PRICE SCHEDULE
- Notice Date
- 8/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-2188-0002-000
- Archive Date
- 9/29/2012
- Point of Contact
- Leila S. Miller, Phone: (301) 222-6031, Marilyn Jackson, Phone: 3012226037
- E-Mail Address
-
leila.miller@dma.mil, marilyn.jackson@dma.mil
(leila.miller@dma.mil, marilyn.jackson@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- P2 FIELD CAMERAS SALIENT CHARACTERISTICS ITEMS DESCRIPTION/PRICE SCHEDULE JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL & OPEN COMPETITION 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 are being requested and a written solicitation will not be issued. Synopsis/solicitation reference number HQ0516-2188-0002-000 is being issued as a Request for Proposals (RFP). Provisions and clauses are those in effect through Federal Acquisition Circular 2005- effective 26 July 2012 and DFARS Publication Notice 20120724 effective 24 July 2012. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012): (a) Re Para (a): NAICS 334220; small business size standard is 750 employees. (b) Note that Para (k) requires offeror to be registered with the System for Award Management database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (I) Offeror must use the attached PRICE SCHEDULE for pricing. (ii) PERIOD OF ACCEPTANCE OF PROPOSAL: Proposals offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of proposals will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in Para (a) "Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation." Technical evaluation will be based on the Offeror's certification that it is an authorized reseller of the OEM. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. CPARS, PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. (3) PROPOSAL MUST BE RECEIVED NOT LATER THAN 2:00 PM EASTERN TIME 14 SEP 2012 IN ORDER TO BE CONSIDERED. Proposal may be emailed to Leila.Miller@dma.mil or sent via fax to (301) 833-4948. Due to unexpected technical issues email and fax may result in your proposal not arriving before the cut-off time; please allow extra time if you are sending your quote via electronic means. (4) Proposals must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (FEB 2012) with Alt 1 (APR 2011) or indication that Reps and Certs are in ORCA. SEE ATTACHED PRICE SCHEDULE FOB DESTINATION 30 DAYS ARO TO FORT BELVOIR, VA FOR ALL LINE ITEMS IN THE PRICE SCHEDULE. Requirement requested herein is unique to the manufacturer. See attached J&A for Other Than Full & Open Competition. GSA or OPEN MARKET prices will be considered. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAR 2012) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2012) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMA clauses, 52.0100-4028 (Contract Contact Information) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1e8afa7436f09cd365c0917dca20f9a8)
- Place of Performance
- Address: HQ DEFENSE MEDIA ACTIVITY, FORT GEORGE MEADE, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02842213-W 20120818/120816235554-1e8afa7436f09cd365c0917dca20f9a8 (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 |