SOLICITATION NOTICE
58 -- IPOD'S
- Notice Date
- 8/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- H92257-09-Q-0010
- Archive Date
- 9/18/2009
- Point of Contact
- MICHEL J LEANDRE, Phone: 910-449-9853, Robert L. Sanchez, Phone: 9104506498
- E-Mail Address
-
michel.leandre@usmc.mil, robert.sanchez@usmc.mil
(michel.leandre@usmc.mil, robert.sanchez@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PR#: M6790609SU00098 Solicitation#: H92257-09-Q-0010 FSC: 5835 Sound Recording and Reproducing Equipment; 5836 - Video Recording and Reproducing Equipment This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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, FAR Subpart 13.5 procedures are being utilized. Solicitation number H92257-09-Q-0010 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005–26 and DFARS Change Notice DCN 20080423. The proposed acquisition is restricted to total small businesses. The associated NAICS code is 334310. Marine Corps Special Operations Command, Camp Lejeune North Carolina, has a one-time requirement to procure: CLIN 0001: iPod (120GB) Specification: 120 GB Hard drive, 2.5 inch (diagonal) color LCD with LED backlight, 320-by-240 pixel resolution at 163 pixels per inch; Dock connector, Stereo minijack; USB 2.0 cable; Dock adapter; Quick start guide; earphones; 3.5 mm stereo headphone jack; up to 36 hours of battery life (audio); compatible with Windows Vista or Windows XP home with Service Pack 3 or later; ***Apple USB power charging Adapter***; must be able to play.mp3,.mp4, and.mov file formats; size 4.1 x 2.4 x.41 inches and weigh 4.9 ounces. The Contractor shall provide all supplies F.O.B. destination. Location of the Government site is aboard Camp Lejeune North Carolina and will be identified on the contract. The Government desires Supplies to be delivered no later than 10 days after Contract award. The Government anticipates award of a Firm Fixed Price contract. The evaluation factors for this RFQ are technical capability, delivery and price. The Government intends to make award based on best value. “Best value” means the expected outcome of the acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. An offer will be considered incomplete and will not be considered for award if technical acceptability and delivery can not be met. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and United States Special Operation Command Regulation (USSOC) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, 52.212-2 Instructions to Offerors – Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following clauses apply under FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items; FAR 52.203-6 Alternate I Restrictions on Subcontractor Sales to the Government; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Pricing of Contract Modifications; DFARS 252.225-7042 Authorization to Perform. The following clauses apply under DFARS 252.212-7001; FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses apply under USSOC 5652.201-9002 Authorizes Changes Only By Contracting Officer; 5652.204-9002 Instruction for the Use of Electronic Contracts; 5652.204-9003 Disclosure of Unclassified Information; 5652.252-9000 Notice of Incorporation of Section K. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). All proposals, bids and/or quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume. Submit all proposals, bids and/or quotes to SSgt Michel J. Leandre Jr. via email to michel.leandre@usmc.mil. SSgt Michel J. Leandre Jr. can be contacted for information regarding the solicitation at telephone number (910) 451-2838 or 449-9859 Address: Attn: SSgt Michel J. Leandre Jr., MARSOC Contracting Office, P.O. Box 8368, Camp Lejeune, NC 28547-8368. Quotes are due on 10 September 2009 by 1200PM/Noon Eastern Standard Time at Marine Corps Special Operations Command, Camp Lejeune North Carolina.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-09-Q-0010/listing.html)
- Place of Performance
- Address: Marine Corps Special Operations Command (MARSOC), Camp Lejeune, North Carolina, 28547, United States
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN01934223-W 20090902/090901001641-ae272101454bcad26ef6f1c9c4f5e0d9 (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 |