Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOLICITATION NOTICE

67 -- 115 FW Public Affairs Camera Equipment

Notice Date
9/9/2020 12:35:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F-20-Q-0031
 
Response Due
9/17/2020 9:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
Scott Homner, Phone: 608-245-4757
 
E-Mail Address
usaf.wi.115-fw.mbx.fw-contracting@mail.mil
(usaf.wi.115-fw.mbx.fw-contracting@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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. (ii) Solicitation W50S9F-20-Q-0031 is issued as a Request for Quotation (RFQ). This solicitation replaces previously issued RFQ W50S9F-20-Q-0025. (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective 31 August 2020, and Defense Acquisition Circular DPN 20200605, effective 5 June 2020. (iv) This RFQ is solicited as a Total Small Business Set Aside. The anticipated NAICS code is anticipated to be 333316 with a Small Business Size Standard of 1,000 employees. (v) The 115th Fighter Wing Public Affairs Office anticipates the following deliverables to upgrade their current photo equipment: Item 1: Nikon Camera Body (D780 DSLR, Nikon #1618 or equivalent), 4 EACH Item 2: Nikon FX Wide Zoom Lens 14-24 mm / F 2.8 (Nikon #2163), 1 EACH Item 3: Nikon FX Zoom Lens 24-70 mm / F 2.8 (Nikon #2164), 1 EACH Item 4: UV Protective Lens filter for item 3, 1 EACH Item 5: Nikon FX Telephoto Zoom Lens 70-200 mm / F 2.8 (Nikon #20063), 1 EACH Item 6: UV Protective Lens Filter for item 5, 1 EACH Item 7: Nikon Tele-converter (Nikon #2189, TC-20EIII or equivalent), 1 EACH Item 8: High Speed SD Media Card (SanDisk Extreme PRO UHS-I SDXC or equivalent), 8 EACH Item 9: Camera Backpack (LowePro Pro Runner BP 450AW II or equivalent), 2 EACH Item 10: Portable Photo/Video Tripod (Manfrotto 290 XTRA or equivalent), 2 EACH Item 11: Video Fluid Head (Manfrotto MHXPRO-2W or equivalent), 4 EACH Item 12: Shipping, 1 EACH (vi) Description of requirement: The Wisconsin Air National Guard, 115th Fighter Wing, has a requirement to upgrade its camera systems to meet DOD visual documentation and image/video accessioning requirements. See attached Purchase Description for details on the requirements. Where brand names are specified, a brand name justification has been prepared in accordance with FAR 13.106-3(b)(3)(i), and it is attached. Where equivalent items will be accepted, salient characteristics are shown on the Purchase Description. (vii) Delivery is desired not later than 30 days after contract award. The delivery and acceptance shall be 3110 Mitchell St, Madison, WI 53704. Shipping shall be FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. (ix) The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation is most advantageous to the Government. Determination of best value will include an evaluation of price, technical, and delivery. A firm fixed price contract award is anticipated. � (x) The quoter shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at https://www.acquisition.gov/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (AUG 2020) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors�Commercial Items �(DEVIATION 2018-O0018) (OCT 2018) 52.212-3 Offeror Representations and Certifications�Commercial Items--Alternate I (OCT 2014) 52.212-4 Contract Terms and Conditions�Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (AUG 2020) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.219-28 Post-Award Small Business Program Rerepresentation (JUN 2020) 52.219-33 Non-Manufacturer Rule (DEVIATION 2020-O0008) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 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) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (DEC 2019) 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services �(DEC 2019) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American and Balance of Payments Program--Basic (DEC 2017) 252.225-7012 Preference for Certain Domestic Commodities (DEC 2017) 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) (MAY 2020) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) (FEB 2020)"" 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) 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea--Basic (FEB 2019) (xiv) DPAS Rating does not apply to this acquisition. (xv) Instructions to Offerors: 1. Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. 2. Quotes must include the attached �Quote Template�. All items highlighted in green must be completed, and the completed document must be returned with your quote. 3. Quotes must include the following a. Offeror�s CAGE Code or DUNS Number. b. Delivery schedule/lead times. c. Technical description detailing the equipment delivered to fulfill this requirement. �If technical description does not provide sufficient information to make a determination that proposed equipment meets requirements, your offer may be excluded. 4. All contractors shall be fully registered in the System for Award Management (SAM) at the time a quote is submitted to the government. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/SAM/. 5. It is the interested Offeror�s responsibility to check Contracting Opportunities on beta.sam.gov for updated information. 6. All offeror�s will complete and return attached representation for 52.204-24 in addition to the representations/certifications accomplished within SAM. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received within a reasonable time prior to the response date may not be answered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf962e9db4a7414cbedd8c8ce30d7a32/view)
 
Place of Performance
Address: Madison, WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN05792005-F 20200911/200909230148 (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.