SOLICITATION NOTICE
67 -- Canon XF705 camcorders and accessories
- Notice Date
- 7/24/2020 9:31:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- Sill77ABrfs0001
- Response Due
- 7/29/2020 12:00:00 AM
- Archive Date
- 01/25/2021
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- AMENDMENT NOTICE: 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. The solicitation number is Sill77ABrfs0001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-07-29 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Sill, OK 73503 The MICC End User requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Camcorder: Canon XF705 -- To clarify, this Item (Camcorder: Canon XF705) includes more than just the camera. IT MUST FULFILL THE BULLET LIST OF ""What's in the Box"" (see Attachment ""DOC Canon XF705_WhatsInTheBox""). NOTE: For transport, our intention is to carry 2 camcorders (laid end-to-end), 2 monitors, and accessories in a single HARD-PLASTIC, wheeled CASE WITH DUAL-LATCH CLOSURES (SEE SPECS: ITEM# 10); if there's room for tripods as well, awesome. These camcorders are 17.05"" long, so (to help you visualize) the CASE NEEDS TO BE LONG ENOUGH for a 3-y.o. child to lie down comfortably inside the case. Also, the case will be used for a variety of missions, so the INTERIOR FOAM NEEDS TO BE IN LAYERS (SEE SPECS: ITEM# 10) for easy swapping with the MODULAR PADDED-DIVIDER SYSTEM WHICH MATCHES TO THE CASE (SEE SPECS: ITEM# 11.) NOTE: These camcorders weigh 5.96lbs. A FLUID VIDEO HEAD THAT CANNOT COUNTERBALANCE AT LEAST THAT MUCH WEIGHT IS UNACCEPTABLE (SEE SPECS: ITEM# 5.), 2, EA; LI 002: Camcorder Battery Pack: Canon BP-A60 -- Must be compatible with Item# 1. Must include a removable contact cover., 2, EA; LI 003: Wide Attachment Lens: Canon WA-U58 -- Must be compatible with Item# 1. Must include the following ""What's in the Box"" items: __Lens, __Front Cap, __Rear Cap, __Lens Hood, __Carrying Pouch, and __at least a Limited 1-year Warranty., 2, EA; LI 004: Variable Zoom/Focus/Record LANC Lens Controller: VariZoom VZ-Rock -- Must be compatible with Item# 1. Must include the following ""What's in the Box"" items: __Wired Controller and __at least a Limited 2-year Warranty., 2, EA; LI 005: Fluid Video Head: Manfrotto 502AH -- MUST BE COMPATIBLE WITH ITEMS# 1 (each camcorder weighs 5.96 lbs), 6 (tripods and heads are often sold as sets; an example of the combination sold as a single, new product makes a case for compatiblility), 7, AND 8. Must include the following ""What's in the Box"" items: __Video Head, __Pan Bar, __Long Quick-Release Mounting Plate, and __at least a Limited 6-Month Warranty., 2, EA; LI 006: Video Camera Tripod: Manfrotto MT055XPro3 -- Must be compatible with Items# 5 & 8. Must be rated to support combined weight of Items# 1-5 & 9. Must come with at least a Limited 6-Month Warranty., 2, EA; LI 007: Telescopic Pan Bar: Manfrotto MVAPanBarL -- Must be compatible with Items# 5 & 8., 2, EA; LI 008: Tripod Bag: Manfrotto MBag90PN -- Must be compatible with combined length of Items# 5 & 6 and must have an inner pocket compatible with Item# 7. Must come with at least a Limited 1-Year Warranty., 2, EA; LI 009: Field Monitor: FeelWorld FW1018SPV1 -- Must be compatible with Items# 1 & 10. Must include the following ""What's in the Box"" items: __Monitor, __proper Battery Plate, __Mini HDMI Cable, __Foldable Sunshade, __proper Shoe Mount, __Tally Kit, __proper U-Bracket, and __at least a Limited 1-year Warranty. NOTE: For transport, our intention is to carry 2 camcorders (laid end-to-end), 2 monitors, and accessories in a single HARD-PLASTIC, wheeled case with DUAL-LATCH CLOSURES (SEE SPECS: ITEM# 10); if there's room for tripods as well, awesome. These monitors are 10.16"" tall, so the CASE NEEDS TO BE DEEP AND WIDE ENOUGH (SEE SPECS: ITEM# 10) for multiple orientations in stowing the monitors., 2, EA; LI 010: Case, Plastic Hard-body Wheeled with Foam -- MUST BE APPROPRIATELY MATCHED WITH ITEM# 11 (Modular Padded-Divider System), i.e. DIMENSIONS MUST MATCH. MUST BE LARGE ENOUGH (SEE INTERIOR DIMENSIONS BELOW) TO CONTAIN THE FOLLOWING: __Item# 1, Canon XF705 camcorders (laid end-to-end) with accessories (x2), __Item# 9, field monitors with accessories (x2), and __Item# 11, modular padded-divider system. (For visualization, the case is large enough for a 3-y.o. child to lie down comfortably inside). Must meet the following specifications -- EXTERIOR SPECS: __PLASTIC HARD BODY, __black in color, __wheels, __multiple handles, __watertight, __DUAL-ACTION LATCH CLOSURES, __padlockable. INTERIOR SPECS: __INTERIOR DIMENSIONS (LxWxD) MUST BE AT LEAST 37.1""X12.2""X12.0"", __APPROPRIATELY MATCHED WITH ITEM# 11 (MODULAR PADDED-DIVIDER SYSTEM) i.e. DIMENSIONS MUST MATCH, __a layer of convoluted polyurethane (""egg crate"") foam padding attached to the underside of the lid, __a layer of foam on the base, and __LAYERS OF FOAM PADDING (EITHER CONVOLUTED OR STRAIGHT-CUT POLYURETHANE (SOFT, SHOCK-ABSORBING)) TO FILL UP THE REST OF THE INTERIOR (NOTE: PRE-SCORED FOAM IN TINY CUBES IS UNACCEPTABLE; WE NEED LAYERS THAT WE CUT TO SIZE.) OTHER: __Limited Lifetime Warranty., 1, EA; LI 011: Padded-Divider System, modular -- Must be appropriately matched with Item# 10 (Hard-Body Plastic Wheeled Case with Foam), i.e. DIMENSIONS MUST MATCH (SEE SPECS: ITEM# 10). Must include the following ""What's in the Box"" items: __Liner/Tub/Tray, __Straight Divider that runs the length of the liner (1 or more), __Dividers with a 90? body bend/hinge (4 or more), __Straight Dividers, short (12 or more), and __at least a Limited 1-Year Warranty. NOTE: All of the items in the set are to be foam-padded, flexible, covered with nylon, and able to be fastened with heavy-duty hook-and-loop tabs., 1, EA; LI 012: 4-Person Headset System: Eartec UL4S -- Must include the following ""What's in the Box"" items: __1 x Single-Ear Master Headset, __3x Single-Ear Remote Headset, __4 x Rechargeable Battery (1 for each Headset), __8-Bay Multi-Port Charging Base, __at least a Limited 1-Year Warranty for Headsets and Charging Base, and __at least a Limited 60-day Warranty for Batteries. As a wireless communications system, it must be in compliance for use in the United States., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://nam03.safelinks.protection.outlook.com/?url=http%3A%2F%2Fwww.amc.army.mil%2Famc%2Fcommandcounsel.html&data=02%7C01%7CJosh.Beardsley%40unisonglobal.com%7C2798dadfe71f4cf276d608d82f6d881d%7C876dcbb6031f4d679f1a1bcbb73b2c30%7C1%7C0%7C637311494778959440&sdata=VeNAjNmsXtBnHrEKgEIvqt2wS2xvU30Czpqg1LRHpgY%3D&reserved=0. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/990926d4253547a5a1ea622565dce241/view)
- Place of Performance
- Address: Fort Sill, OK 73503-5000, USA
- Zip Code: 73503-5000
- Country: USA
- Zip Code: 73503-5000
- Record
- SN05733462-F 20200726/200724230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |