SOLICITATION NOTICE
67 -- Still Photo Support Equipment - List Of Requirements
- Notice Date
- 7/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
- ZIP Code
- 92518-1650
- Solicitation Number
- FA46640194A001
- Point of Contact
- Jason E. McCook, Phone: 9516555298, Reynaldo P. Elauria, Phone: (951) 655-4331
- E-Mail Address
-
jason.mccook@us.af.mil, reynaldo.elauria@us.af.mil
(jason.mccook@us.af.mil, reynaldo.elauria@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Listing of requested items. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA46640194A001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, Effective 18 April 2012 and the Defense Federal Acquisition Regulations (DFARS) change notice 20120615. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System Code is 333315 with a small business size standard of 500 employees. The requested items are to be quoted as an exact match or technically acceptable equal. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) in accordance with the attached list of requirements. The government intends to issue a firm fixed price purchase order to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. Evaluation of proposals may be made without discussions with the offerror(s). The Government will award a contract to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the government according to FAR Part 13, Simplified Acquisition Procedures. APPLICABLE CLAUSES/PROVISIONS: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jun 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002) at https://orca.bpn.gov. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition and is addended to add the following FAR clauses: 52.204-7, Central Contractor Registration (Apr 2008). The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (Jul 2010), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.232-33, Payment by Electronic Funds Transfer/ Central Contractor Registration (Oct 2003); FAR 52.219-6, Notice of Total Small Business Set Aside (June 2003); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.232-18, Funds availability (Apr 1984); FAR 52.225-11, Buy American Act--Construction Materials Under Trade Agreements (Aug 2009); FAR 52.217-8, Option to Extend Services (Nov 1999); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). ADDITIONAL INFORMATION: To be considered for this award, offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Responses/Offers are due 3:00 pm PST on 03 August 2012. Submit written quotes only; oral quotes and faxes will not be accepted. Quotes may be submitted via e-mail or mailed. All proposals must be e-mailed to jason.mccook@us.af.mil (subject: FA46640194A001), or mailed to 1940 Graeber St., Bldg 449, March ARB,CA 92518-1650. Quotations must meet all instructions put forth in this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA46640194A001/listing.html)
- Record
- SN02800890-W 20120714/120712235222-6aa2148423ceedbd584d4caa12a1a998 (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 |