Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

70 -- AVID Brand Audio/Video Equipment

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
 
ZIP Code
78234-1800
 
Solicitation Number
0010167966
 
Archive Date
10/9/2012
 
Point of Contact
Magdalenda Hudson-Murray, Phone: 2102954453, Derrick J. Johnson, Phone: 2108086148
 
E-Mail Address
magdalenda.g.hudson-murray.civ@mail.mil, derrick.j.johnson2.civ@mail.mil
(magdalenda.g.hudson-murray.civ@mail.mil, derrick.j.johnson2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR PROPOSAL 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; quotes are being requested and a written solicitation will not be issued. The NAICS Code for this requirement is 334310 (Audio and Video Equipment Manufacturing), with a small business size standard of 750 employees. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60 effective 27 August 2012. The Government intends to award one contract for Avid Technology Equipment to the vendor that provides the Lowest Price Technically Acceptable. Technically acceptable will be based on providing the exact brand name and model of all the requested items (please see attached Brand Name Justification). This is a notice that this order is a total set-aside for small business concerns. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. Quote Requirements: Quote must include unit and extended price for line item, estimated delivery date on receipt of contract, all required Offeror Representations and Certifications (See FAR 52.212-3 Offeror Cage Code and Discount Terms, if applicable. Please provide quote no later than Monday, 24 September 2012 @ 1200 Central Time. Quotes may be e-mailed to magdalenda.g.hudson-murray.civ@mail.mil, Telephone 210-295-4453. DELIVERY DATE 30 days after contract award CLIN STRUCTURE CLIN 0001 Avid PC, Part No. 7090-30035-01 (Brand Name), Qty 2 CLIN 0002 Avid Custom PC Keyboard, Part No. 0010-06389-01(Brand Name), Qty 2 CLIN 0003 Avid PC Cable Kit, Part No. 7010-30033-01 (Brand Name), Qty 1 CLIN 0004 Avid Nitris DX AVC Hardware, Part No. 9900-65256-00 (Brand Name), Qty 1 CLIN 0005 Mojo DX Hardware, Part No. 9900-65257-00 (Brand Name), Qty 1 CLIN 0006 Mojo DX Cable Kit, Part No. 7010-20286-01 (Brand Name), Qty 1 CLIN 0007 UL5D Dual Channel, Part#7030-20002-01 (Brand Name), Qty 1 CLIN 0008 90 days Maintenance and Technical Support, Qty 1 INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7003, Electronic Submission of Payment Request FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) 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 (c) through (m) of this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26 and 52.225-13. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ FAR 52.247-34, F.o.b Destination DFARS 252.204-7008, Export-Control Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000 and 247-7023 Alt III. AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.201-9101, Ombudsman FAR 52.204-99, System for Award Management Registration a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. ADDENDUM to FAR 52.212-4 Contract Terms And Conditions CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c ) is hereby tailored as follows: (c ) Changes. Changes in the terms and conditions of this contract may be made Only by written agreement of the parties with the exception of administrative changes Such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the software licensing Agreement shall prevail in lieu thereof. ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items: IMPORTANT NOTE: Due to the FBO.gov website experiencing issues with uploading documents as attachments, the Limited Sources Justification- Brand Name information is provided in its entirety below: Subject: Justification and Approval for other than full and open competition, Brand Name Purchase. 1. This office requests purchase for other than full and open competition as follows: a. AMEDD Television requests the purchase of AVID Technology Inc. Unique hardware components. These items are upgrades to two existing high end video editing systems used for the production of high quality video and multimedia products in support of the entire Army Medical Community. b. AMEDD Television has existing AVID Technology video editing systems that are used for the highest quality digital high definition video productions. Some of the individual components are old, obsolete, and no longer able to work well with today's constantly evolving high definition video editing standards. This requirement includes two (2) PC computers (AVID part No. 7090-30035-01) with specifications selected by AVID, and with AVID unique hardware components installed inside. These computers, are modified and configured by AVID are then certified as compatible with existing AVID video editing equipment which includes workstations, and AVID "Unity" video service, and shared storage on an isolated video production network, not connected to the Army network. While there are other high quality video editing systems available on the market, we couldn't consider them in this case, because we would then have had to purchase not only the video editing workstations and associated hardware, but also a compatible server and shared storage system, at a much higher cost. AMEDD Television has a similar video editing server system with shared storage in use, which initially cost approximately $180K. Today comparable systems are less, at around $100K. c. AMEDD Television continuously researches all types of video production equipment, including high quality video editing systems, using trade journals, product literature, Internet and other resources. In our business, equipment modernization is a constant process, and in these days of scarce resources, we always look for the bet technical solutin at a fair price. Certified by Robert A. Balentine, Visual Information Specialist, AMEDD Approved by Derrick J. Johnson, Contracting Officer. A copy of the Limited Sources Justification- Brand Name document is available upon request. Submit your request to Magdalenda.g.hudson-murray.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4c6c2b7426ca972b0a71223ff5a25a0)
 
Place of Performance
Address: 2105 Paymaster Street, Fort Sam Houston, Texas 78234, Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02892043-W 20120922/120921001758-c4c6c2b7426ca972b0a71223ff5a25a0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.