SOLICITATION NOTICE
67 -- ICOP 20/20-W - Brand Name Letter
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4A3502172A001_Sol
- Archive Date
- 9/13/2012
- Point of Contact
- Kyle Paul Lauricella, Phone: 850-283-8623, Andre D, Bonifacio, Phone: 8502834237
- E-Mail Address
-
Kyle.Lauricella@Tyndall.af.mil, andre.bonifacio@tyndall.af.mil
(Kyle.Lauricella@Tyndall.af.mil, andre.bonifacio@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Letter for ICOP 20/20-W system 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/quotesthat are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3502172A001_Sol and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 423410. The business size standard is 100 employees. Contract Line Item Numbers (CLINS): 0001: ICOP Model 20/20-W, In-Car DVR System (3 ea) Incl. all of the following items: DVR, bult-in AM/FM radio, covert internal microphone, Sony color camera, Garmin GPS reciever, siren detector, B/W camera kit w/ IR, Sony Camer- FCB-1X11A Super Had CCD, ICOP Extreme wirelessMic- Complete kit, 32GB Solid State Drive Module (SSDM), mounting kit-console, standard 0002: Installation in vehicle (3 ea) Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being insured and shipped to Tyndall AFB, FL 32403. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, 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 of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 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 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.233-2 - Service of Protest 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 5352.201-9101 - Ombudsman Wide Area Work Flow (WAWF) Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov> ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. All invoicing shall be submitted electronically through Wide Area Work Flow. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 29 August 2012, 12:00 PM (CST). Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3502172A001_Sol/listing.html)
- Place of Performance
- Address: Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN02844816-W 20120819/120817235936-cfa50f7d88f9a2df49f6464743506436 (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 |