Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOLICITATION NOTICE

58 -- 4 Channel HD-SDI DVR - 3TB

Notice Date
9/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R12T1077
 
Response Due
9/27/2012
 
Archive Date
11/26/2012
 
Point of Contact
Melissa Saenz, 928-328-2093
 
E-Mail Address
MICC Center - Yuma Proving Ground
(melissa.j.saenz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, Effective 27 August 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20120724 (Effective 24 July 2012) Edition. This requirement is being issued on a brand name or equal basis pursuant to FAR 52.211-6. This contract will be awarded as a Firm Fixed Price (FFP) award. Payment will be made through Wide Area Work Flow (WAWF). This requirement will be conducted through full and open competition. The North American Industry Classification System (NAICS) code is 334310 with a size standard of 750 employees. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. The Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) websites have been replaced with SAM as of 30 July 2012. All responding vendors must submit their registration and representations & certification with their quote. All responding vendors must fill out the DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law attachment and sent back with your quote. Award will be made on a lowest price/technically acceptable basis. The manufacturer of the brand name or equal items being solicited is Samsung North American, 85 Challenger Road, Ridgefield Park, NJ, 07660. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the Government to determine that the proposed items meet the salient characteristics of the brand name items being solicited. The quotation shall consist of one Contract Line Item Number (CLIN): CLIN 0001, Quantity: 5, Unit of Issue: Each, Description: 4 Channel HD-SDI DVR - 3TB Award will be made on an all or none basis. No partial quotes will be accepted. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Payment will be made through Wide Area Work Flow (WAWF). Delivery shall be made to United States Army Yuma Proving Ground (USAYPG), AZ 85365-9498 with FOB Destination. Award for this requirement will be in accordance with Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. All quotes are due by 27 September 2012 5:00 PM Mountain Standard Time (MST). The CSS is issued as Request for Quotation (RFQ) number W9124R-12-T-1077 all inquiries shall be clearly marked with the RFQ number and sent by email or by facsimile to 928-328-6849. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (5) Acknowledgment of solicitation amendments. Offerors that fail to furnish representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses & Provisions are incorporated by reference and apply to this acquisition: FAR Provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Aug 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.222-50, Combat Trafficking in Persons (Feb 2009) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) DFARS Provisions: 252.225-7000, Buy American Act-- Balance of Payments Program Certificate (Jun 2012) 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Sep 2011) 252.225-7001, Buy American Act - Balance of Payments Program (Jun 2012) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Jun 2011) 252.232-7010, Levies on Contract Payments (Dec 2006) MICC Local clauses added by addendum: 5152.209-4000, DoD level I Antiterrorism (AT) Standards (Feb 2009) 5152.233-4000, HQ AMC Level Protest Program (Sep 2011) Attachment 1 - Salient Characteristics Attachment 2 - DFARS Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b7d2743bf828337842085b41bae80f99)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02899708-W 20120928/120927000007-b7d2743bf828337842085b41bae80f99 (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.