SOLICITATION NOTICE
70 -- Radio & Television Broadcasting Equipment/Audio Consoles - RFQ
- Notice Date
- 12/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002892979000
- Archive Date
- 3/1/2010
- Point of Contact
- Allen L. Powers, Phone: 9514132382, Jessie Feliciano, Phone: 951-413-2406
- E-Mail Address
-
allen.powers@dma.mil, jessie.feliciano@dma.mil
(allen.powers@dma.mil, jessie.feliciano@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Offer/Quote form. 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; a written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunity (FBO) web-site as a Brand Name Unrestricted procurement. Solicitation/synopsis reference number HQ002892979000 is being issued as a Request for Offers/Quote (RFQ). Provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37 effective 14 OCT 2009. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334220 ; size standard is 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in paragraph (a): The Government will issue an award to the responsible contractor; with acceptable past performance, submitting the lowest priced technically acceptable offer/quote. (3) PROPOSALS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 15 DECEMBER 2009 IN ORDER TO BE CONSIDERED. Please use the attached "Request for Offer/ Quote" form to submit your offer/quote and forward by email to allen.powers@dma.mil or fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Proposals must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (FEB 2009) or indication that reps and certs are in ORCA. CLIN 0001-0004: GOVERNMENT REQUIREMENT (I.E. LINE DECRIPTIONS & MANUFACTURER NAME/PART NUMBERS) IS PROVIDED IN THE ATTACHED “REQUEST FOR OFFER/QUOTES”. THIS IS A “BRAND NAME UNRESTRICTED” PROCUREMENT. All equipment and associated parts must be as requested as they are part of a complete system/package. Substitutions from the Brand Name will only be considered upon full disclosure/description of the “as equal” product, to include the manufacturer name and parts numbers, so the government may evaluate acceptability in meeting the salient features/specifications of the government requirement. The Government will consider offers/quotes only from “authorized resellers” of the referenced manufacturers. Contractor’s offers/quotes must be FOB Destination or will be considered non-responsive. To Be Shipped To: DMA CRP BELVOIR 5921 16TH STREET BLDG: 190 FT BELVOIR, VA 22060 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will issue an award to the responsible contractor, with acceptable past performance, submitting the lowest priced technically acceptable offer/quote. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil/farsite.html: CLAUSES BY REFERENCE 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES BY FULL TEXT 52.0100-4028 CONTRACT CONTACT INFORMATION (DMA)(OCT 2008) 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(OCT 2008) 52.212-3 Offeror Representations and Certifications—Commercial Items. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2009) (DEVIATION) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clause, 52.0100-4028 (Contract Contact Information)(DMC) (OCT 2008) will be included. Invoicing Instructions - Mandatory: In accordance with DFARS clause 252.232-7003, invoices under this contract/order are to be submitted electronically. This office, and the Department of Defense, has determined that Wide Area WorkFlow (WAWF) at https://wawf.eb.mil is the preferred electronic method to be used. However, if your available computer hardware or computer configuration is incompatible with WAWF, the Web Invoicing System (WinS) at https://ecweb.dfas.mil may be used or any other mutually agreed to electronic method may be used in accordance with paragraph (c) of the clause. Vendors must register in the WAWF system at https://wawf.eb.mil. If you have questions during the registration process, you can call the WAWF help desk at (866) 618-5988. The WAWF system provides for submission of invoices in several different forms. It is recommended that an “Invoice and Receiving Report (Combo)” be used when the contract/order is for supplies and an “Invoice as 2-in-1 (Services Only)” be used when the contract/order is for services. Using these types of WAWF documents automatically generates an e-mail notification to the receiver that their acceptance is required for the document to be processed for payment. Due to the fact that our office processes contracts/orders for various receivers from other agencies, we cannot at this time guarantee that the Deliver To code in block 15 of the Standard Form 1449 is registered and active in WAWF. If the code is not active in the WAWF system, you will be unable to use either the “Invoice and Receiving Report (Combo)” or the “Invoice as 2-in-1 (Services Only)” option in WAWF. In this case, you will need to enter your invoice using the “Invoice” option. This will generate a stand-alone invoice not associated with a receiving report. The receiving office will then be required to separately submit their receiving report to the Defense Finance and Accounting Service for processing. Use of the WAWF electronic invoicing system can decrease the time required to process an invoice. It also allows for tracking invoices and acceptance on-line without further correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002892979000/listing.html)
- Place of Performance
- Address: DMA CRP BELVOIR, 5921 16TH STREET, BLDG: 190, Fort McCoy, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN02013526-W 20091203/091201235135-4f50086ae6433638443a8a8b9254f055 (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 |