Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOLICITATION NOTICE

67 -- 12 LCD Projectors - DFAS Columbus

Notice Date
8/11/2020 2:24:29 PM
 
Notice Type
Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
HQ042320R0017
 
Response Due
8/17/2020 9:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Anthony M. Svab, Phone: 6147014283
 
E-Mail Address
anthony.m.svab2.civ@mail.mil
(anthony.m.svab2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
HQ0423-20-R-0017 REQUEST FOR QUOTE (RFQ) LCD Projectors Title of requirement:� LCD Projectors for Defense Finance and Accounting Service Columbus (DFAS-CO) This is a combined synopsis/solicitation RFQ for the purchase of 12 LCD Projectors for DFAS-CO 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, quotations are being requested and written solicitation will not be issued.� Set Aside:� This will be a total small business set-aside.� NAICS code for this announcement is 333316 with small business size standard of 1,000.� Quotes only from small business concerns and Federal Prison Industries (FPI) will be accepted.� Quotes received from concerns that are not small business or FPI shall be considered nonresponsive and will be rejected.� � Reference No.: KOACO20RC055 SOLICITATION CLOSING DATE:� All quotes must be received by the closing date/time on August 17, 2020 at 12:00 PM.� Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil.� Quotes shall include at a minimum, in addition to the items listed in the section �BASIS for AWARD� below, the following: Unit pricing per line item as shown on the separately attached schedule of items table; Vendor Contact Name, Phone Number and Email Address Company Cage Code and DUNS Number Tax Identification Number Business Size:� Small/Large/Other: _______________ Place of Manufacture � Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. � Issued by: Point of Contact: Anthony Svab DFAS Contract Services Directorate 3990 E Broad Street Bldg. 21 Columbus, OH� 43213-1152 Phone:� 614-701-4283 Fax:� 614-701-2918; Email address:� anthony.m.svab2.civ@mail.mil � Contract Type:� Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.� **COMPLETE AND RETURN:� Technical Certification Form:� You MUST complete and return the Technical Certification Forms (attached separately) if you are submitting a LCD Projector that is a different brand than the one listed within this RFQ.� If you do not complete and return the Technical Certification Form with the submission of your quote, then your quote will NOT be considered for award.� � Description of Need:� The contractor will deliver twelve (12) LCD projectors that meets the specifications described below.� The LCD projectors will be provided to DFAS Columbus within 30 calendar days of contract award. The contractor is responsible for delivery of the product. Any and all visible product damage/defects to-the-point of final acceptance by warehouse personnel will be the responsibility of the contractor who will be responsible for all costs associated with replacement. The contractor providing products identified in this RFQ shall meet the following specifications: Twelve (12) LCD Projectors � **This RFQ is requesting a Brand Name or Equal for this requirement. The requested LCD Projector is a PANASONIC PT-VMW50U. If you are submitting a quote that is not for this brand name, then your model needs to meet the outlined salient features found below. In addition, any quote using a different brand and make will be REQUIRED to submit a Technical Certification Sheet. This sheet must be completed in its entirety to be considered for award.** � Required Salient Features for Other Models: � Easy installation / flexible mounting Network ready Technology/Type Required: LCD Lumens: 5000 Max Preferred Connections: VGA / HDMI Fits into large classrooms and conference rooms Resolution Type: Min 1280 x 800 - Max 3840 x 2160 Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days. Delivery:�� Deliver FOB Destination to occur no later than 30 days after award. ��A loading dock is available for use and is located directly outside of project location.� Will require 24 hour notice of scheduled delivery to request gate access from Security.� Address for Delivery: DFAS � Columbus ATTN: Scott Muehlbauer Warehouse Bldg. 11, Section 1 300 North James Rd Whitehall, Ohio 43213 Note: All commercial deliveries will enter through the James Road Gate: 300 North James Road, hours of operation are M � F from 5:30 am � 7:00 pm (except holidays). List any Acceptance Criteria:�� All or none basis.� � BASIS FOR SELECTION:� The Government will award a single contract to the Contractor whose quote is determined to be lowest price technically acceptable. BASIS FOR DETERMINING TECHNICAL QUALIFICATION: Quoted items must be either: 1) A Panasonic PT-VMW50U LCD projector or 2) be another brand that meets the technical requirements identified above.� You MUST return the Technical Certification Form (attached separately) if you are quoting a different brand than the one specified.� Failure to complete and return the Technical Certification Form will result in your quote not being considered for award.� Cost of Quotes:� Expenses incurred in the preparation of quotes in response to this RFQ are the vendor�s sole responsibility and not reimbursable by the Government.� � Invoicing and Payment:� Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow.� It is the Contractor�s responsibility to register in the WAWF system in order to insure prompt payment.� Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. � Contracting Officer�s Representative (COR):� The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract.� The COR�s authority is limited to technical issues and is not authorized to make contractual decisions.� The COR will monitor performance, funding and payment requirements.� An alternate, will be assigned if the designated COR is unavailable.� COR will be provided upon award of any resultant contract. � Applicable Provisions and Clauses:� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07.� The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.� NOTE:� The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far.� Incorporated by Reference:� 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representation and Certifications DEC 2014 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-17 Delivery of Excess Quantities SEPT 1989 52.212-1 Instructions to Offerors � Commercial Items JUN 2020 52.212-3 Offeror Representations and Certifications�Commercial Items JUN 2020 52.212-4 Contract Terms and Conditions � Commercial Items OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding of Unclassified Controlled Technical Information OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support Contractors MAY 2016 252.225-7001 Buy American and Balance of Payments Program DEC 2017 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 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 � Basic FEB 2019 � Incorporated by Full Text:� The following provisions and clauses in full text have been separately attached: 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items JUL 2020 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:� All questions and inquiries concerning any aspect of this requirement must be submitted in writing to anthony.m.svab2.civ@mail.mil. Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.� Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� PLEASE NOTE:� A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/606c691f8d3843b88706d09101a7782d/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN05753606-F 20200813/200811230150 (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 |
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.