SOLICITATION NOTICE
58 -- Digital Video Recorders
- Notice Date
- 2/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZZ, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA2486-14-R-0034
- Archive Date
- 3/6/2014
- Point of Contact
- Jonathan A. Heitkam, Phone: 5755721245
- E-Mail Address
-
jonathan.heitkam.2@us.af.mil
(jonathan.heitkam.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The AFTC/PZZC Contracting Office supporting the 96th Test Group, Holloman AFB, New Mexico intends to solicit and award a firm-fixed price contract for Digital Video Recorders, Cable Assemblies, and Power Supplies as listed below. This is a combination synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number is FA2486-14-R-0034. The North American Industry Classification System (NAICS) code for this acquisition is 333316, Photographic and Photocopying Equipment Manufacturing, with a size standard of 1000 employees. Please identify your business size in your response based upon this standard. This is a 100% small business set-aside. The requirement consists of the following items: 0001 RECORDER, DIGITAL, VIDEO, 3G/HD/SDI WITH 2 256GB SSD, 6 Each NSN: N - Not Applicable Contract type: J - FIRM FIXED PRICE Inspection: DESTINATION Acceptance: DESTINATION FOB: DESTINATION Descriptive Data: Recorder, Digital, Video (DVR), 3G/HD/SDI, with 2 each 256GB SSD, Uniforce Model MDSR7-3SI-2256 or equal. Uncompressed recorder (minimum 60i fps)to removable solid state drives, minimum 512GB total Remote control by external computer Data protection Low power Weight: less than 5 lbs Rugged enclosure Minimum of two (2) 3G/HD/SD-SDI inputs with repeaters Control software must be compatible with Microsoft Windows 7 Each recorded frame is time-stamped by hardware time code generator Time code generator is synchronized to external IRIG, GPS, or external clock 0002 CABLE, ASSEMBLY, I/O, TRIGGER, DVR, 6 Each NSN: N - Not Applicable Contract type: J - FIRM FIXED PRICE Inspection: DESTINATION Acceptance: DESTINATION FOB: DESTINATION Descriptive Data: Cable, Assembly, I/O Trigger, Model Uniforce CABCORETRIG or equal. Compatible with DVR proposed in CLIN 0001 above. 0003 SUPPLY, POWER, DVR, 6 Each NSN: N - Not Applicable Contract type: J - FIRM FIXED PRICE Inspection: DESTINATION Acceptance: DESTINATION FOB: DESTINATION Descriptive Data: Power supply for Digital Video Recorder (DVR). Model Uniforce COREPWRNA or equal. Compatible with DVR proposed in CLIN 0001 above. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, Defense Acquisition Circular DPN 20140129, and Air Force Acquisition Circular 2013 (effective 27 Aug 2013). The following clauses and any addenda are incorporated by reference and are applicable: 1. FAR 52.212-04 ADDENDUM TO CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (Sep 2013) 52.212-4, Contract Terms and Conditions -- Commercial Items is hereby tailored as follows: (a) The place of inspection, acceptance, and FOB is Destination. Holloman AFB, NM 88330 2. FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2014) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-06, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed For Debarment (Aug 2013) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice Of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-03, Convict Labor (June 2003)(E.O. 11755). (29) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (40) 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 3. FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (Dec 2013) 4. FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (Feb 1998) 5. DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (Sep 2011) 6. DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (Nov 2013) 7. DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (Dec 2012) 8. DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (Dec 2012), Alternate I, (Jan 2014) 9. DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (Jun 2012) 10. DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) Pay Official DoDAAC TBD Issue By DoDAAC FA2486 Admin DoDAAC TBD Inspect By DoDAAC F2ETGT Ship To Code F2ETGT Ship From Code TBD Mark For Code F2ETGT Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A 11. DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (Dec 2006) 12. DFARS 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (Jun 2013) 13. DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (Jun 2013) 14. AF 5352.201-9101 OMBUDSMAN (Nov 2012) 15. AF 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (Nov 2012) The following provisions and any addenda are incorporated by reference and are applicable: 1. FAR 52.212-01 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (Jul 2013) 2. FAR 52.212-02 EVALUATION--COMMERCIAL ITEMS (Jan 1999) 3. FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (Nov 2013) 4. FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (Nov 2013), Alternate I, (Apr 2011) 5. DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (Nov 2011) 6. DFARS 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (Sep 2011) 7. DFARS 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION) (Oct 2013) 8. DFARS 252.209-7997 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--DOD APPROPRIATIONS (DEVIATION) (Jan 2013) 9. DFARS 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION) (Mar 2012) 10. DFARS 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (Jan 2012) 11. DFARS 252.215-7007 NOTICE OF INTENT TO RESOLICIT (Jun 2012) 12. DFARS 252.215-7008 ONLY ONE OFFER (Oct 2013) This solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were given in full text. All FAR, DFARS and AFFARS clauses and provisions may be viewed in full text at http://farsite.hill.af.mil. The vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes received at the address specified for receipt of offers after the exact time specified may or may not be considered. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 1:00pm Mountain Standard Time (MST) on 19 February 2014. Provide estimated delivery date ARO. Pricing should include all shipping and delivery costs, FOB Destination. Please, include manufacturer name, part number, and any illustrations and literature with any "or equal" submissions. Vendors shall submit packages to Jonathan Heitkam via e-mail at jonathan.heitkam.2@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d1948c60e54a70b0f5e3c5ade1a9ce13)
- Place of Performance
- Address: FB4801, 796 TSS/XPL, Mark for: F2ETGT, 1656 Vandergrift Road, BLDG 1260, Holloman AFB, New Mexico, 88330-7850, United States
- Zip Code: 88330-7850
- Zip Code: 88330-7850
- Record
- SN03283986-W 20140209/140207235532-d1948c60e54a70b0f5e3c5ade1a9ce13 (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 |