SOLICITATION NOTICE
58 -- IPOD MP3 Player
- Notice Date
- 1/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334612
— Prerecorded Compact Disc (except Software), Tape, and Record Reproducing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N6883606-R0017
- Response Due
- 2/10/2006
- Archive Date
- 12/31/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-06-R-0017 applies and is as a Request for Proposal. This procurement is unrestricted and all responsible business concerns may submit an offer. This announcement constitutes the request for the required material under RFP N68836-06-R-0017. The North American Industry Classification System (NAICS) Code is 334612; and the Small Business Size Standard is 750 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. CLIN 0001 is for 500 iPOD MP3 Players, which are to be purchased for and delivered to the Navy Information Operations Command, 537 Brainard Ave., Bldg 38423, Rm 111, Fort Gordon, GA 30905-5810. FOB Destination. Delivery is 30 days or sooner after award of the contract. The iPOD MP3 Players, model number MA 146 LL/A, BRAND NAME or EQUAL must provide 30GB, 2.5-inch color display, weigh no more than 4.8 ounces and dimension of 2.4 x 4.1 x .43 inches. The iPOD MP3 Players must include earbud headphone, USB 2.0 cable, dock adapter for use with universal dock, case, quick start guide and CD with iTunes for Mac and Windows. The iPOD MP3 Players. Mac System requirements must have built-in USB port (USB 2.0 recommended), Mac OS x V10.3.9 or later. PC System requirements must have built-in USB port (USB 2.0 recommended), Windows 2000 Service Pack 4 or Windows XP Home or Professional Service Pack 2 or later and iTunes 6 or later. Must provide the following engraving at no additional cost to the Government: PROPERTY OF THE USN, S/N 001 through 500 on each iPOD. iPODs must be new. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration (OCT 03), 52.211-6 Brand Name or Equal (AUG 99), 52.229-3 Federal, State, and Local Taxes (APR 03), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 04), 52.239-1 Privacy or Security Safeguards (AUG 96), 52.247-34 FOB Destination (NOV 91), 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 03), 52.212-1 Instructions to Offers-Commercial (JAN 06), 52.212-4 Contract Terms and Conditions?Commercial Items (SEP 05), 52.233-3 Protest After Award (AUG 96). The following FAR and DFAR provisions and clauses are incorporated by FULL TEX: 52.215-5 Facsimile Proposals (OCT 97), 52.212-3 Offeror Representation and Certification-Commercial Items (MAR 05), DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 05), 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (JAN 06). Within 52.212-5, the following clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 95), 52.219-4 Notice of price evaluation preference for HUBZone Small Business Concerns , 52-219-8 Utilization of Small Business Concerns, (JAN 99)52.222-3 Convict Labor (JUN 03), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities (FEB 99), 52.222-26 Equal Opportunity (APR 02), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 01), 52.222-36 Affirmative action for Workers with Disabilities (JUN 98), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 01), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 04), 52.225-13 Restrictions on Certain Foreign Purchase (MAR 05), 52.225-15 Sanctioned European Union Country End Products (FEB 00), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 03). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 03), Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 84), 252.225-7012 Preference for Certain Domestic Commodities (FEB 03), 252.232-7003 Electronic Submission of Payment Request (JAN 04), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 98), 252.247-7023 Transportation of Supplies by Sea (MAY 02), 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 00), 252.204-7000 Disclosure of Information (DEC 91), 252.204-7006 Billing Instructions (OCT 05), 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 98), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 98), 252.225-7013 Duty-Free Entry (JUN 05), 252.232-7010 Levies on Contract Payments (SEP 05). LOCAL CLAUSE NBZ039 Wide Area Work Flow (WAWF) Supply: INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding \ENTER YOUR SITE NAME HERE\ is provided for completion of the invoice in WAWF: Issuing Office DODAAC: \??????\ Admin DODAAC: \??????\ Acceptor DODAAC: \??????\ LPO DODAAC: \??????\ Pay DODAAC: \??????\ The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer TD number 6) Offeror shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items and 252.212-7000 Offeror Representations and Certifications?Commercial Items (NOV 95) with their offer. Offerors must submit descriptive literature on their product in accordance with FAR 52.211-6. The Government reserves the right to make an award on an all or none basis. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the PRICE and PAST PERFORMANCE. Past Performance is approximately equal to price. The Government will verify past performance information by means of a past performance survey. It is also available for download from the Federal Business Opportunities web page. This survey should be sent to the contracting offices of each of the contracts you are using for your past performance information. Please ask them to have someone familiar with the contract (i.e. COR, Contract Administrator) complete the survey and submit it to Fleet and Industrial Supply Center (FISC) Jacksonville directly. Evaluation of past performance is separate and distinct from the Contracting Officer?s responsibility determination. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the RFP and as a measure of performance risk for this contract award. All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Proposals must be received no later than 2:00 P.M, 10 February 2006. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet and Industrial Supply Center Jacksonville, attn: Tisa Clark, 110 Yorktown Ave, bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 541098, Telephone: (904)542-1248, Email: tisa.clark@navy.mil.
- Record
- SN00977622-W 20060202/060131215326 (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 |