Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
SOLICITATION NOTICE

67 -- Sony Camera Upgrade - Brand Name Justification

Notice Date
9/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B121
 
Archive Date
10/9/2012
 
Point of Contact
Cheryl T. Witt, Phone: 321-494-9946, Jonathan E. Jones, Phone: 321 494-4394
 
E-Mail Address
cheryl.witt@us.af.mil, Jonathan.Jones.18@us.af.mil
(cheryl.witt@us.af.mil, Jonathan.Jones.18@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification for Brand Name Combined Synopsis/Solicitation 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. The solicitation number FA2521-12-Q-B121 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This is a 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 334290 with a size standard of 750. Item Description Qty Unit Unit Price Total Amount 0001 Sony PTZ Camera 3 ea Part number RMB300 Brand Name 0002 Sony HD PTZ Camera with 9 ea Card Slot for SDI Part Number BRCZ300 Brand Name 0003 Sony SDI Option Card for 9 ea Cameras Part #BRBKHD2 Brand Name 0004 Installation 1 ea Brand Name Justification Attached Estimated Delivery Time: ____________ Warranty: ________________ FOB: Destination Ship to address: Defense Equal Opportunity management Institute 366 Tuskegee Airmen Drive Patrick AFB, FL 32925 FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 24 Sep 12 RFQ due time: 3:00 pm Eastern Time Fax RFQ to 321-494-2983 or mail to: 45th Contracting Squadron Attn: RFQ 12-Q-B121 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be fax to 321-494-2983 by 1:00 pm 21 Sep 12. A site visit will be conducted on 20 Sep 12. Contact Cheryl Witt with the following information in order to obtain clearance. Information required: Name, DOB, Driver's License Number, Issuing State and SSN. Contact must be made no later than 2:00 pm on 18 Sep 12 in order to gain access for the site visit. Email encrypted to: Cheryl.witt@us.af.mil. Confirmation will be made on 18 Sep 12. After confirmation, contractors will meet with Cheryl Witt at 8:00 a.m. on 20 Sep 12 to sign in at Patrick AFB Main gate located on A1A (not the truck gate on A1A). Additional directions can be given if requested. All companies must be registered in Wide Area Workflow (WAWF) at https://sam.gov at time of quote submittal. All companies must be registered in the Central Contractor Registration Database in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 12) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 12) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), Alternate I (Jun 98) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 07) CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 09) 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 07) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 11) (Clause located in ORCA) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 03) 52.233-1 Disputes (Jul 02) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: (Use the Commercial clause Matrix at: http://45conapp/bg/ ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Jun 12) 252.232-7010 Levies on Contract Payments (Dec 06) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B121/listing.html)
 
Record
SN02884288-W 20120916/120915001522-6583e14f4c08d19c0afd8242b4f3df94 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.