SOLICITATION NOTICE
67 -- FASTCAM SA-Z 2100K-M-32GB High Speed Cameras, to include FASTCAM Plug-in Software - Attachments
- Notice Date
- 9/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0312
- Archive Date
- 9/28/2016
- Point of Contact
- Rebecca B. Patterson, Phone: 3013945351
- E-Mail Address
-
rebecca.b.patterson.civ@mail.mil
(rebecca.b.patterson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- A03 - Redacted Simplified Acquisition Sole Source Justification over $150K (Cameras) A02 - Provisions and Clauses Full-Text Attachment (Cameras) (i) 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 are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.501(a). The name of the company the Government intends to award a contract to is Tech Imaging Services (small business), 428 Lincoln Ave, Saugus, MA 01906 (Cage Code: 1YYB7). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-16-T-0312. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, effective 15 August 2016. (iv) The associated NAICS code is 333316. The small business size standard is 1,000 EMPLOYEES. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: The Contractor shall deliver quantity two (2) FASTCAM SA-Z 2100K-M-32GB Monochrome 2100K with 32 GB memory and 159 nanosecond shutter, software, power supply, all cables, dual channel Gigabyte Ethernet interface, to include PFV Software, power supply with two meter extender cable, three (3) meter GigE cable, IO cable, C-mount plate, G-Type F-mount plate (Part Number: SAZ-2100-32M), to include one (1) FASTCAM Plug-in Software (Part Number: 6251-NIDA) and one (1) FASTCAM Plug-in Software (Part Number: 5215-PFA0); Quantity (QTY) two (2); Unit Each. (vi) Description of requirements: See above section (v). (vii) Delivery is required within 45 days after contract award (ACA). Delivery shall be made to Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005. The FOB point is Destination: Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: NONE. (x) Offerors shall include a completed copy of the provisions at FAR 52.212-3 and 52.212-3 ALT I Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6 Protecting The Government Interest When Subcontracting with Contractors Debarred, Suspended, Or Proposed for Debarment (Aug 2013), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Oct 2015), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veterans (FEB 2016), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.222-54 Employment Eligibility Verification, 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 2012), 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug 1992), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.222-7007 Application of Labor Laws to Government Acquisitions, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015), 252.243-7002 Requests for Equitable Adjustment, 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005); 252.247-7022 Representation of Extent of Transportation by Sea (Aug 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Additional Requirements - Incorporated By Reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product (Apr 1992). Additional Requirements - Full-Text: APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401 ALT Receiving Room Requirements - APG Alternate I (JAN 2003) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 52.204-8 Annual Representations and Certifications; 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013). (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 13 September 2016 by 12:00PM Eastern Time, at rebecca.b.patterson.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Rebecca Patterson, rebecca.b.patterson.civ@mail.mil, 301-394-5351.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/34fe29567541ce019328e9e0a801e7a7)
- Place of Performance
- Address: U.S. Army Research Laboratory, Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04261406-W 20160909/160908000609-34fe29567541ce019328e9e0a801e7a7 (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 |