Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2015 FBO #4979
SOLICITATION NOTICE

58 -- In Car Video/ Vest Cameras

Notice Date
7/10/2015
 
Notice Type
Cancellation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-15-Q-9003
 
Archive Date
8/11/2015
 
Point of Contact
Paul R. Morales, Phone: 3184563493, Gary E Frank, Phone: 3184566833
 
E-Mail Address
paul.morales.3@us.af.mil, gary.frank@us.af.mil
(paul.morales.3@us.af.mil, gary.frank@us.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4608-15-Q-9003, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-73 Effective 29 Apr 2014). The NAICS code is 334118 and the small business size standard is 1000 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the Central Contractor Registration database. (Reference: DFARS 252.204-7004, Alt A Required Central Contractor Registration).The following commercial items are requested in this solicitation. The items being procured are: CLIN 0001: PANNIN ENFORCER II WITH STANDARD 3.5" MONITOR Qty: 6 each CLIN 0002: PANNIN TECHNOLOGIES RE-ENFORCER BODY CAM Qty: 50 each CLIN 0003: SINGLE USER LICENSE SOFTWARE PLAYBACK & DOWNLOAD Qty: 56 each CLIN 0004: INSTALLATION AT BARKSDALE AIR FORCE BASE Qty: 1 each CLIN 0005: PANNIN TECHNOLOGIES DOWNLOAD SERVER DOWNLOAD SERVER KIOSK Qty: 2 each Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: price; technical acceptability. The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items and the following addenda. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within System For Award Management, which can be found at https://www.sam.gov/portal/public/SAM. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.211-16 Variation in Quantity 52.203-13 Contra00c0tor Code of Business Ethics and Conduct 52.203-15 Display of Hotline Poster(s) 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. 52.204-1 Approval of Contract 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Subcontract Awards 52.209-1 Qualification Requirements 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.215-8 solicitations and contracts using the Uniform Contract Format 52.222-19 Child Labor---Cooperation with Authorities and Remedies 52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-18- Availability of Funds. 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-15 Stop-Work Order 52.243-1 Changes--Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) DFARS Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7993 Representations by Corportions Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law -- Fiscal Year 2014 Appropriations 252.223-7006 Prohibition on Storage and Disposal of Toxic 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.245-7002 Reporting Loss of Government Property 252.247-7023 Transportation of Supplies by Sea The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 3:00 PM (CST), 21 July 2015.Quotes can be mailed to the following address: 801 Kenney Ave, Suite 2300 Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of SrA Paul R. Morales at (318) 456-3612. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SrA Paul R. Morales, Contracting Specialist, at (318) 456-3612, paul.morales.3@us.af.mil or TSgt James Moore, Contracting Officer, at (318) 456-2204, james.moore.45@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c40eb0d112664e6451d0b58e53b5289)
 
Place of Performance
Address: Barksdale Air Force Base, Louisiana 71110, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN03792732-W 20150712/150710234753-5c40eb0d112664e6451d0b58e53b5289 (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.