SOLICITATION NOTICE
67 -- Cameras, Printers, Monitors - Attachment 2 - RFQ Information Sheet - Attachment 1 - Schedule of Prices - Attachment 4 - Performance Work Statement
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-12-Q-0089
- Archive Date
- 9/21/2012
- Point of Contact
- Cynthia D. Jones, Phone: 3018371860, Santo C Plater, Phone: 301-837-2059
- E-Mail Address
-
cynthia.jones@nara.gov, santo.plater@nara.gov
(cynthia.jones@nara.gov, santo.plater@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Schedule of Prices RFQ Information Sheet This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-12-Q-0089 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective July 26, 2012. This is an unrestricted acquisition, issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The National Archives and Records Administration (NARA) intends to issue a contract(s) with firm fixed-priced contract line items (CLINs). EVALUATION: This is an unrestricted procurement, subject to Full and Open Competition. The Government reserves the right to issue multiple contracts, as well as, award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR 13.5 in conjunction with Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). A contract will be issued to the Contractor(s) whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this procurement will be obtained through a lowest price technically acceptable evaluation. For evaluation purposes, the firm-fixed price for each CLIN will be determined by multiplying the Unit Price by the Quantity of units, and the total fixed price will be determined by summing the firm-fixed price of all CLINs. Contractors must provide pricing for each CLIN, including any Option CLINs. The Government will only accept commercial-off-the-shelf items. BACKGROUND: The purpose of this procurement is to purchase cameras, printers, monitors, and associated parts for the Document Conservation Division (RXC) of the Preservation Programs at the National Archives and Records Administration (NARA), College Park, MD. REQUIREMENTS: F.O.B. Destination pricing is requested for each CLIN, all delivery costs must be included in total firm fixed price. See Attachment 1, Schedule of Prices. Contractors must submit their pricing (USD) in accordance with RFQ Attachment 1, Schedule of Prices. Contractors must complete and submit Attachment 2, RFQ Information Sheet. DELIVERY: Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. QUESTIONS: Questions regarding this RFQ must be submitted in writing to Ms. Cynthia Jones no later than 12:00 PM EST on August 31, 2012. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. SUBMISSION OF QUOTATIONS: Quotations may be faxed to the attention of Cynthia Jones at 301-837-3232 or e-mailed to: cynthia.jones@nara.gov. Quotations should be received by 12:00 PM EST on September 6, 2012. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. NARA requires that all products be purchased from "Original Equipment Manufacturer (OEM) Authorized/certified Vendor's Only." All vendors submitting quotes shall provide proof of authorization and equipment support from the OEM with quote. NARA also requires that all OEM products delivered pursuant to any resulting award are certified, new, non-refurbished, and authentic via a Certificate of Authenticity from the OEM that contains an OEM point of contact whom NARA can contact for verification. It is the contractor's responsibility to ensure that NARA is not provided counterfeit products. In the event that such IT products are determined to be counterfeit, NARA will seek all available legal remedies including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica or substitute. All equipment delivered to NARA must be Internet Protocol version 6 (IPv.6) compliant. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price contract, with the exception of FAR provisions which will be removed prior to issuance of the order: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) -- see Attachment 4, Terms and Conditions for Addenda to this clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) - see Attachment 4, Terms and Conditions for the full text of this clause; FAR 52.217-5, Evaluation of Options (Jul 1990); FAR 52.232-18, Availability of Funds (Apr 1984). See Attachment 4, Terms and Conditions for additional applicable FAR provisions and clauses. If providing an equal to the products noted, please indicate in your quote. Equals will be accepted but must be approved by the customer before an award can be made. Award will be based on low price, technically acceptable quote for each piece of equipment. 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. ATTACHMENT 1 SCHEDULE OF PRICES CONTRACT LINE ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT OF ISSUE UNIT PRICE TOTAL FIRM- FIXED PRICE 0001 Nikon D800 SLR Digital Camera Bodies and associated parts, inclusive of warranty. Brand name or equal. (See Attachment 4, Performance Work Statement) 3 EA $ _______________ $ _________________ 0002 Nikon AF-S Nikkor 24-120mm f/4G ED VR Zoom lenses. Brand name or equal. (See Attachment 4, Performance Work Statement) 3 EA $ ________________ $ _________________ 0003 Nikon AF-S Micro-Nikkor 60mm f/2.8G ED Macro Autofocus lenses. Brand name or equal. (See Attachment 4, Performance Work Statement) 3 EA $ _______________ $ _________________ 0004 Epson Stylus Pro 4900 Inkjet Printer and associated parts, inclusive of warranty. Brand name or equal. (See Attachment 4, Performance Work Statement) 2 EA $ _______________ $ _________________ 0005 Ink Cartridges, all colors available for the printer being offered. Please list colors in quote. Brand name or equal. (See Attachment 4, Performance Work Statement) 3 of all colors available EA $ _______________ $ _________________ 0006 LaCie 324i 24" widescreen LCD Computer Display with easyHood and Blue Pro PE Software, inclusive of warranty. Brand name or equal. (See Attachment 4, Performance Work Statement) 3 EA $ _______________ $ _________________ TOTAL for all CLINs tiny_mce_marker________________ NOTES 1. Total Firm-Fixed Price must include cost for shipping. 2. Contractors must provide the required affirmative statements and information in order for the quotation to be considered. 3. Ship To Address: Archives II - 3301 Metzerott Road, College Park, MD 20740. Mark For Information provided in 52.212-4 Addenda. Attachment 2 RFQ Information Sheet Failure to provide the TAA Country of Production (if applicable) will result in no further consideration of the quotation. Vendors must complete this sheet and submit it with the Quotation. Failure to do so will render the quotation unacceptable for receipt of the order. Statutory/Regulatory Compliance TRADE AGREEMENT ACT COUNTRY OF PRODUCTION:_____________________ ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____ IPv6 COMPLIANT: YES____ or NO_____ SECTION 508 COMPLIANT: YES_____ or NO____ Specific Terms, Conditions, and Administrative information PAYMENT TERMS: DELIVERY DATE: NAME AND ADDRESS OF QUOTER: ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE): __________________________ FAX NUMBER: ___________________________ E-MAIL ADDRESS: _____________________________________ ENROLLED IN SYSTEM FOR AWARD MANAGEMENT (SAM)? Yes____ No____ CAGE CODE NUMBER: _____________________________________ DUNS: _______________________________________ GSA CONTRACT #: __________________________________ Vendor Certification: [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.] NAME AND TITLE OF SIGNER: __________________________________ DATE OF QUOTATION: ___________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: ______________________________ ATTACHMENT 3 TERMS AND CONDITIONS The following clauses and provisions are incorporated and will remain in full force in any resultant firm-fixed price contract(s): I. ADDENDA to FAR 52.212-4 A. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this order/contract is: Cynthia Jones, Contract Specialist Telephone: (301) 837- 1860 Email: cynthia.jones@nara.gov B. MARK FOR INFORMATION Contractor must include the following information clearly on shipping container address label: Award Number: tbd Accepting POC: tbd, Code: tbd Room: tbd C. INVOICE SUBMISSION REQUIREMENTS 1. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid 2. If electronic invoices are not possible a) Original invoices shall be sent to: ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 b) One copy to the Contract Specialist (identified above). c) One copy to: National Archives and Records Administration Attn: tbd, Code: tbd Room: tbd Email: tbd@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-7000 3. The contractor's invoice shall include the following information and/or attached documentation: (a) Name of the business concern and invoice date; (b) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (c) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (d) Payment terms; (e) DUNS number; (f) Taxpayer's Identification Number (TIN); (g) Government Fund Cite; and (h) Government Organization ordering the items 4. All invoices for services must be submitted on a monthly basis. Invoices for supplies should not be submitted until the supplies have been received and accepted by the Government. 5. All invoices will be paid using information from the System for Award Management (SAM). Therefore, payment will be made to the EFT information that matches the DUNS number for this award. II. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). ___ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (11) [Reserved] ___ (12) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (13) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). ___ (15) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (July 2010) of 52.219-9. ___ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (18) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (19) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (21) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X__ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). ___ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). ___ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X__ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). ___ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). __X_ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). ___ (32) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (34) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _X__ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). _X__ (37) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). ___ (ii) Alternate I (Dec 2007) of 52.223-16. _X__ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). ___ (39) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). ___ (40) (i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). ___ (ii) Alternate I (Mar 2012) of 52.225-3. ___ (iii) Alternate II (Mar 2012) of 52.225-3. ___ (iv) Alternate III (Mar 2012) of 52.225-3. ___ (41) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (42) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (48) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). ___ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (51) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: ___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act --Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). ___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.). ___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). ___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) III. ADDITIONAL APPLICABLE FULL-TEXT FAR CLAUSES A. FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) This order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html. ATTACHMENT 4 Performance Work Statement FOR CAMERAS, PRINTERS, MONITORS, AND ASSOCIATED PARTS 1.0 INTRODUCTION Statement of Need The Document Conservation Division (RXC) of the Preservation Programs (RX) of the National Archives and Records Administration (NARA) is expanding capabilities for taking digital images of archival materials. The Document Conservation Division needs two cameras, one printer, and two computer monitors (all with associated parts) for a space in Maryland. The Division also needs one camera, one printer, and one monitor (all with associated parts) for a space in Washington, DC. 2.0 BASIC REQUIREMENTS 2.1 The Document Conservation Division needs two cameras, one printer, and two computer monitors (all with associated parts) for a space in Maryland; the Division also needs one camera, one printer, and one monitor (all with associated parts) for a space in Washington, DC. The same cameras, printers, monitors, and associated parts are needed for both spaces to assure consistent quality of photo documentation. This Performance Work Statement is for the purchase of the equipment. 2.2 General Requirements: ITEMS TO BE PURCHASED Qty Equipment and Services 3 Cameras and associated parts, plus a three-year warranty 2 Printers and associated parts, plus a three-year warranty 3 Monitors and associated parts, plus a three-year warranty All equipment should be new (not refurbished). Salient Characteristics CAMERA AND ASSOCIATED PARTS, PLUS WARRANTY • Three Nikon D800 SLR Digital Camera Bodies (or brand-name equivalent) ° The cameras must be digital single-lens reflex (DSLR) cameras that allow for interchangeable lenses. ° The cameras must have full frame 35mm sensors (36mm x 24mm). ° The cameras must have at least 30 megapixel resolution. ° The cameras must have both LCD monitors and eye-level pentaprism viewfinders. ° The cameras must have built-in flash and hot shoe for external flash with TTL control. ° The cameras must be capable of at least spot metering, center-weighted average metering, and multi-point matrix metering. ° The cameras must have anti-aliasing filters. ° The cameras must support JPEG, RAW, TIFF file formats. ° The cameras must allow for both automaticand manual focus. ° The cameras must have an ISO range with a minimum of no more than 100 and a maximum of at least 3,200. ° The cameras must support SD and/or CompactFlash memory cards. ° The cameras must be capable of white balance control. ° Each camera must come with one rechargeable Li-ion battery, one battery charger, one USB cable that is at least 10' long, and one AC adapter so that the camera can run when plugged into a wall outlet. ° Each camera must come with software that is capable of controlling the camera remotely via tether. ° Each camera must come with software that is capable of converting the manufacturer's RAW files into standard file formats including JPEG, TIFF, and DNG. ° Each camera must come with a warranty that includes defect and part coverage for three years. • Three Nikon AF-S Nikkor 24-120mm f/4G ED VR Zoom Lenses (or brand-name equivalent) ° The zoom lenses must be compatible with the camera bodies being purchased. ° The zoom lenses must have at least 24 mm to no less than 120 mm focal length. ° The zoom lenses must have a maximum aperture of at least f/4 and a minimum aperture of no less than f/22. ° The zoom lenses must have autofocus and manual modes. ° The zoom lenses must have a maximum reproduction ratio of at least 1:4. ° The zoom lenses must have at least 0.24x magnification. ° The zoom lenses must have a minimum focus distance of at least 1.5'(45 cm). ° The zoom lenses must be professional quality and able to reduce internal reflections, chromatic aberration, and flare. ° The zoom lenses must have IF (Internal Focusing). ° The zoom lenses must have vibration reduction and image stabilization. • Three Nikon AF-S Micro-Nikkor 60mm f/2.8G ED Macro Autofocus Lenses (or brand-name equivalent) ° The macro lenses must be compatible with the camera bodies being purchased. ° The macro lenses must have a focal length of at least 60 mm. ° The macro lenses must have a maximum aperture of at least f/2.8 and a minimum aperture of at least f/32. ° The macro lenses must have autofocus and manual modes. ° The macro lenses must have a maximum reproduction ratio of at least 1:1. ° The macro lenses must have at least 1x magnification. ° The macro lenses must have a minimum focus distance of at least 8". ° The macro lenses must be professional quality and able to reduce internal reflections, chromatic aberration, and flare. ° The macro lenses must have IF (Internal Focusing). PRINTER AND ASSOCIATED PARTS, PLUS WARRANTY • Two Epson Stylus Pro 4900 Inkjet Printers (or brand-name equivalent) ° The inkjet printers must be compatible with Microsoft Windows 7. ° The inkjet printers must accept media up to 17" / 432mm wide. ° The inkjet printers must use pigment-based (rather than dye-based) inks for permanence. ° The inkjet printers must have a wide color gamut. ° The inkjet printers must have automatic black ink cartridge switching. ° The inkjet printers must have a maximum resolution of at least 2880 x at least 1440 dpi. ° The inkjet printers must print with at least three levels of black ink. ° The inkjet printers must accept sheet and roll media. ° Each inkjet printer must come with a power cord and any necessary software. ° Each inkjet printer must come with a warranty that includes defect and part coverage for three years. • Ink Cartridges, three sets of all colors available for the printer being purchased. (For example, if the Epson Stylus Pro 4900 were to be purchased, the following ink would be needed: three 200ml cartridges of each of eleven colors of UltraChrome Ink (or brand-name equivalent) including Cyan, Light Cyan, Light Light Black, Black, Green, Light Black, Matte Black, Orange, Vivid Light Magenta, Vivid Magenta, and Yellow.) ° The ink cartridges must be compatible with the printer being purchased. ° The ink must be pigment-based. ° The ink must be water resistant after printing. ° The ink must resist fading and smudges after printing. MONITOR AND ASSOCIATED PARTS, PLUS WARRANTY • Three LaCie 324i 24" Widescreen LCD Computer Display with easyHood and Blue Eye Pro PE Software (or brand-name equivalent) ° The monitors must have a screen diagonal of at least 25". ° The monitors must have an aspect ratio of 16:10. ° The monitors must have 12-bit LUT. ° The monitors must have at least 97% AdobeRGB Color Gamut. ° The monitors must have a viewing angle of at least 170. ° The monitors must have at least 300cd/m2 maximum brightness. ° The monitors must have resolution of at least 1920 x 1200. ° Each monitor must come with a hood. ° Each monitor must come with proprietary software if applicable. ° Each monitor must come with a warranty that includes defect and part coverage for three years. 3.0 PLACE OF PERFORMANCE Equipment must be delivered to the following location: National Archives and Records Administration Document Conservation Division (RXC), 1400 Suite 3301 Metzerott Road College Park, MD 20740 Contact for this delivery TBD Phone: TBD Email: TBD Shipping notice must be made at the time of shipping. Contact TBD 4.0 PERIOD OF PERFORMANCE The period for delivery must be no more than 90 days from the date of the award. 5.0 ACCEPTANCE TESTING NARA will be allotted 30 days for acceptance testing of all equipment after delivery. Cameras and lenses are to ship complete as a unit, payment is authorized as such and not to be billed separately. This will provide time for digital photographs to be taken and processed. 6.0 HOURS OF OPERATION Deliveries must be made during NARA's loading dock hours unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. NARA's loading dock hours are 7:00am to 3:30pm on Federal working days, which are typically Monday through Friday. 7.0 TASKS AND DELIVERABLES The deliverables are discussed in paragraph 2.2 above. 8.0 MISCELLANEOUS REQUIREMENTS 8.1 All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than the one year from contract award date in base year or applicable option year. 8.2 Vendor must accept direct deposit for payment. Vendor must be registered in the System for Award Management (SAM).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-12-Q-0089/listing.html)
- Place of Performance
- Address: National Archives and Records Administration, 8601 Adelphi Road, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02859597-W 20120830/120829001809-53b2ebee9955df8d630476224f0b9a62 (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 |