SOLICITATION NOTICE
67 -- ELECTRONIC STILL PHOTO SYSTEM
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
- ZIP Code
- 23150-2523
- Solicitation Number
- W912LQ-12-Q-3007
- Response Due
- 9/20/2012
- Archive Date
- 11/19/2012
- 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) 423410 with an SBA size standard of 100 Employees. Contract line item numbers and quantities: ITEM NO SUPPLIES/SERVICES QUANTITYUNITUNIT PRICE 0001Nikon 17-35mm f/2.8 ED-IF AF-S Zoom Lens1 ea. *OR EQUAL Essential characteristics: A)USB 2.0/3.0 mouse to effectively function within Photographic functioning of camera software. B)4EA, 4GB Compact Flash Cards, store and retrieve images. C)DVI and mini DVI Adapter, cord needed to connect Mac Book laptop to camera or equal. D)Multi-Card reader, read images on compact flash cards; E)4 port USB 2.0/3.0 Hub, convert single USB port into 4 so that there are more ports available to connect devices to a host system; Rechargeable photographic quality AA Battery Kit, allows camera system to operate efficiently. 0002Nikon 70-200mm f/2.8 ED-IF AF-S VR Zoom Lens 1ea. *OR EQUAL Essential characteristics: A.Polarizing Filter, needed to reduce reflection of an object B.Lens protective carrier. 0003Nikon 24-70mm f/2.8 ED-IF AF-S Zoom Lens1ea. *OR EQUAL Essential characteristics: A.Polarizing Filter and UV Filter. B.Lens Protective carrier. 0004Nikon D300s Digital SLR Camera1ea. *OR EQUAL Essential characteristics: A)Neck Strap, allows user to support camera, B)3 EA Battery EN-EL3e,enables camera to operate efficiently, C)USB Cable, provides connectivity to other sources for downloading, D)Video Cable, connects camera to additional source for viewing, E)Audio Cable, connects camera to additional source for listening, F)Quick Charger MH-18A, utilize to charge Battery EN-EL3e's for optimum performance. G)Lens Protective Carrier 0005Grip's AA Battery-Magazine1ea. *OR EQUAL Essential characteristics: A)Lithium-Ion Digital Camera Battery as an extra power source 0006MB-D10 Battery Grip1ea. *OR EQUAL Essential characteristics: A)Must allow the Nikon D300 (or equal) to be powered by two EN-EL3e batteries simultaneously. 0007Nikon SB-900 Autofocus DX Speed light Flash1ea. *OR EQUAL Essential characteristics: A.Flip down diffuser B.Flash protective carrier 0008Power Extension Cord1ea. Essential characteristics: A.Minimum 6' 3 prong power cord. 0009Kinetronics Optic First Aid Kit1ea. *OR EQUAL Essential characteristics: A.Kit must include all items necessary to keep lenses, viewfinders and DSLR Photo cameras clean and operable 0010AC/DC Power Adapter1ea. 0011Apple Mac Book Pro 15" Intel1ea. *OR EQUAL Essential characteristics: A)2.2 GHZ Core B)1.7 Quad Core C)4 GB Ram D)500GB HD E)7200 RPM AMD, 6750m F)Bluetooth, G)Wireless H)Super drive I)Fire Wire 400/800 J)Transparent Logic-Skin (or equal) Keyboard Cover 0012Level 8 polypro-Protective Sleeve 1ea. for MAC Book Pro 15" Laptop *OR EQUAL Essential characteristics: A)Must protect laptop from normal wear and tear 0013LaCie Rugged Orange 500GB HD Portable Hard Drive1ea. *OR EQUAL Essential characteristics: A.Fire Wire 400/800. B.USB 2.0/3.0. C.Rugged 7200RPM Portable Drive. D.External drive must provide portability in office or field environment ***ALL "EQUAL" ITEMS MUST BE INTERCOMPATIBLE WITH ALL OTHER ITEMS ON THE LIST*** TOTAL: _____________ The following provisions and clauses are applicable to this solicitation: 52.204-99 System for Award Management Registration AUG 2012 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts DEC 2007 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.237-1Site VisitAPR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 The following clauses are provided in full text: 52.212-1, Instructions to Offerors- Commercial Items, 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 a small business. Multiple awards will not be considered. 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. At a minimum, the offeror must submit an offer schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS; however, it is recommended that as much information as possible be provided for the best value evaluation. The Government intends to award a firm-fixed price contract to the responsible offeror whose offer conforming to the solicitation offers 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 accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced offeror. The Government's selection of a higher-priced, higher rated offer will be supported by a determination that the technical/past performance superiority of the higher-priced offer warrants the additional cost involved. 52.212-3, Offeror Representations and Certifications, 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) Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment.. 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 System for Award Management (SAM www.sam.gov). It is the responsibility of the offeror to verify receipt of all correspondence. Funds are not presently available for this solicitation. No award will be made unless funds become available to make payment under an order. The government reserves the right to cancel this solicitation at any time without any obligation to the offeror by the government. ALL QUOTATIONS MUST BE VALID UNTIL 31 OCTOBER 2012 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 18 September 2012. 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 a.m. EST on 20 September 2012 to email dennis.jutras@langley.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-12-Q-3007/listing.html)
- Place of Performance
- Address: VaANG Base Contracting Officer 45 NEALY AVE, STE 118 LANGLEY AFB VA
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02883894-W 20120916/120915001011-7c386ed69dced27cd9a7f164f7232410 (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 |