SOLICITATION NOTICE
67 -- Sony Professional HDV Camcorder
- Notice Date
- 8/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N40273RC020AD
- Response Due
- 8/13/2009
- Archive Date
- 8/28/2009
- Point of Contact
- Beverly D. Hines 757-443-1295
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/) and The RFQ number is N4027309020AD. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice DCN 20090729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334310 and the Small Business Standard is 750. This requirement is 100% small business SET-A-SIDE. The FLEET & INDUSTRIAL SUPPLY CENTER requests responses from qualified sources capable of providing: Brand Name only (SONY). The brand name and model number is:(14 ea) Sony Professional HVR-A1U HDV/DVCAM CAMCORDERS WITH 3 MILLION PIXEL CMOS IMAGER, DVCAM AND MINI DV RECORDING OPTIONS, PROFESSIONAL AUDIO INPUTS AND TIME CODE FOR THE PRODUCTION OF VIDEO IMAGERY. Delivery date is Aug 27, 2009. Delivery Location is Navy Expeditionary Combat Command, Norfolk, VA Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:52.204-7, Central Contractor Registration52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government 52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor 52.222-21, Prohibition of segregated facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers with Disabilities52.222-37, Employment Reports on Special Disable Veterans of the Vietnam Era, and Other Eligible Veterans.52.222-50, Combating Trafficking in Persons52.225-13, Restriction on Foreign Purchases52.233-2, Service of Protest52.47-34, F.O.B. Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3 Gratuities252.225-7001 Buy American Act & Balance of Payments252-225-7012 Preference for Certain Commodities252.243-7002 Requests for Equitable Adjustment 252.247-7024 Alt I Notification of Transportation of Supplies by Sea252.232-7010 Levies on Contract payments 252.204-7004 Alt I, Central Contractor Registration Alternate252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country This announcement will close at 1245 p.m. on 8/13/09 EDT. Contact Beverly D. Hines who can be reached at 757-443-1295 or email beverly.d.hines@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote via email which shall be considered by the agency. When evaluation factors are used include: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery/a determination of responsibility/ technically acceptable low bids. Central Contractor Registration (CCR), quoters must be registered in the CCR database to be considered for an award. Registration is free and can be completed on-line at http://www.ccr.gov/ All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N40273RC020AD/listing.html)
- Place of Performance
- Address: 1575 Gator Blvd., Norfolk, VA<br />
- Zip Code: 23521<br />
- Zip Code: 23521<br />
- Record
- SN01904588-W 20090810/090808233436-db9fc13443ffb5df5a604c9ee6acc11e (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 |