Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2023 SAM #7960
SOLICITATION NOTICE

63 -- Security Equipment with Related Install Services

Notice Date
9/11/2023 12:25:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
COMMANDING GENERAL CAMP LEJEUNE NC 28542-0004 USA
 
ZIP Code
28542-0004
 
Solicitation Number
M6700123QM030
 
Response Due
9/18/2023 11:00:00 AM
 
Archive Date
10/15/2023
 
Point of Contact
Taylor Radford
 
E-Mail Address
taylor.radford@usmc.mil
(taylor.radford@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. Offers are being requested and a written solicitation will not be issued. The solicitation number M6700123QM030 is issued as a request for quotation (RFQ) using FAR Part 13 procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This opportunity is 100% Set-Aside for Small Business, and the associated North American Industrial Classification System (NAICS) code is 334220 with a small business size standard of 1,250 employees. The action resulting from this opportunity will be a Firm Fixed Price (FFP) Purchase Order. DESCRIPTION OF REQUIREMENT: CLIN� � �SUPPLIES/SERVICES� � �QTY� � �UNIT� � � UNIT PRICE 0001� � �Digital Video Recorder� � � � 12� � � �Each Brand Name or Equal to: HD-TVI D4VX 4 Channel Digital Video Recorder �Equal� items must meet the following Salient Characteristics: National Defense Authorization Act Compliant Hard Disk Drive Minimum 4TB Minimum 4CH Two-way audio Supports up to 4MP @ 15 FPS. CLIN� � �SUPPLIES/SERVICES� � �QTY� � �UNIT� � �UNIT PRICE 0002� � �Bullet Camera� � � � � � � � � � 44� � � �Each Brand Name or Equal to: HD-TVI VLT4BG 4MP Bullet Camera with Junction Box �Equal� items must meet the following Salient Characteristics: National Defense Authorization Act Compliant IP66 Compliant, Weather resistant 4MP 2.8mm fixed lens Dark gray housing Includes junction box. CLIN� � �SUPPLIES/SERVICES� � �QTY� � �UNIT� � �UNIT PRICE 0003� � � Shelf Rack� � � � � � � � � � � � �12� � � Each Brand Name or Equal to: Video Mount Products Economy Rack Shelf ER-S1 �Equal� items must meet the following Salient Characteristics: Fits components up to 17� wide. Two space racking height (2.6�) Tray depth: 12.5� Includes mounting screws. Load capacity: 40 lbs. Black powder coat finish CLIN� � �SUPPLIES/SERVICES� � �QTY� � �UNIT� � � UNIT PRICE 0004� � �Monitor� � � � � � � � � � � � � � � �12� � � �Each Brand Name or Equal to: Capture 0E-20LED2 20� Full HD Pro-Grade Color Monitor �Equal� items must meet the following Salient Characteristics: National Defense Authorization Act Compliant 20� LED HDMI, VGA, & BNC inputs Includes Audio, VGA, HDMI & Power cables. CLIN� � �SUPPLIES/SERVICES� � �QTY� � �UNIT� � �UNIT PRICE 0005� � �Professional Installation� � � 1� � � � Each Salient Characteristics: Professional installation to include required connectors, sealant, mounts, and any necessary equipment rental. **Pictures of where the cameras are to be installed are available upon request.** This is a Brand Name or Equal solicitation in accordance with FAR provision 52.211-6: The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must: (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by � � � �(i) Brand name, if any; and � � �(ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Office; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. DELIVERY DATE AND LOCATION Required Delivery Date: The Government is expecting an 8-week delivery after date of award. However, Quoters/Offerors must specify the soonest possible delivery date. Location: ������������� MCAS New River ���������������������������� Station Supply ���������������������������� 130 Bancroft St. ���������������������������� Bldg. AS 130 ���������������������������� Jacksonville, NC 28545 Note: FOB Destination required. Delivery charges must be included in item price. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition as follows: The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous and provides the greatest overall benefit (best value) to the Government. The basis for award is PRICE AND OTHER FACTORS per FAR 13.106-1(a)(2) with the evaluation procedures per FAR 13.106-2 which includes COMPARATIVE EVALUATIONS OF QUOTATIONS. Evaluation procedures per FAR 13.106-2 All quotations will be reviewed to ensure conformance to all matters with respect to the solicitation. The quotations that conform to all matters with respect to the solicitation will be sorted from lowest to highest price and considered for award. Conforming to all matters with respect to the solicitation: Quotations must clearly demonstrate the quoted items meet or exceed the salient characteristics or extended description of supplies/services; must specify delivery dates; and must meet all the terms and conditions of the solicitation. A Comparative Evaluation of all quotations will be performed. Comparative Evaluation entails: identifying quotations that exceed the minimum requirements and considering if selecting a quotation other than the lowest-priced will be most advantageous and provide the greatest overall benefit (best value) to the Government. The Government reserves the right to select for award either the lowest-priced quotation or other than the lowest-priced quotation. To be selected for award, the prospective awardee must have satisfactory past performance and quote a fair and reasonable price. Past Performance: The apparent successful, prospective contractor shall have satisfactory past performance. Past Performance shall be evaluated in accordance with FAR 13.106-2(b)(3)(ii) and DFARS 213.106-2(b)(i). Fair and Reasonable Price:�Before making the award, the Contracting Officer will use the techniques at FAR 13.106-3(a) to determine that the apparent successful, prospective awardee is quoting a fair and reasonable price. Quoters are advised to include a completed copy of the following provisions with their quotation: 52.204-24 -OR- 52.204-26; 52.212-3; and 252.204-7016 -OR- 252.204-7017. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the below FAR clauses cited in the clause are applicable to this acquisition: 52.204-10; 52.204-27; 52.209-6; 52.219-6; 52.219-28; 52.219-33; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-13; 52.223-18; 52.225-13; 52.232-33. ADDITIONAL CONTRACT REQUIREMENT(S) OR TERMS AND CONDITIONS: FAR Provisions(p) and Clauses(c): 52.203-18(p); 52.204-7(p); 52.204-13(c); 52.204-16(p); 52.204-18(c); 52.204-19(c); 52.204-22(p); 52.211-6(p); 52.211-17(c); 52.219-1 Alt 1 DEV(p); 52.232-39(c); 52.247-34(c); 52.252-1(p); 52.252-2(c). DFARS Provisions(p) and Clauses(c): 252.203-7000(c); 252.203-7002(c); 252.203-7005(p); 252.204-7003(c); 252.204-7015(c); 252.204-7024(p); 252.211-7003(c); 252.223-7006(c); 252.223-7008(c); 252.223-7997 DEV(p); 252.223-7998 DEV(c); 252.225-7001(c); 252.225-7002(c); 252.225-7048(c); 252.225-7055(p); 252.225-7056(c); 252.225-7059(p); 252.225-7060(c); 252.232-7003(c); 252.232-7006(c); 252.232-7010(c); 252.239-7098(p); 252.243-7001(c); 252.244-7000(c); 252.246-7008(c); 252.247-7023(c). The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. QUOTATIONS ARE DUE (CLOSING DATE/TIME): 18 September 2023 at 2:00 PM (Eastern Time). Quotes/Offers received after this date and time may be deemed ineligible for award. SUBMIT QUOTATIONS electronically to: Contract Specialist: Ms. Taylor Radford Marine Corps Installation EAST Regional Contracting Office Camp Lejeune, NC 28542 Email: taylor.radford@usmc.mil ������������������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dbb589c26b354c9dbf4e098c92b2ed89/view)
 
Place of Performance
Address: Camp Lejeune, NC 28542, USA
Zip Code: 28542
Country: USA
 
Record
SN06826585-F 20230913/230911230105 (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.