SOLICITATION NOTICE
67 -- Camera DVR Core Systems
- Notice Date
- 3/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NIDA-(SSSA)-2014-111
- Archive Date
- 6/30/2014
- Point of Contact
- Debra C Hawkins, Phone: (301) 594-2178, Hunter Tjugum, Phone: (301) 435-8780
- E-Mail Address
-
dh41g@nih.gov, hunter.tjugum@nih.gov
(dh41g@nih.gov, hunter.tjugum@nih.gov)
- Small Business Set-Aside
- Total Small Business
- 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 number is HHS-NIH-NIDA-(SSSA)-2014-111 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. This combined synopsis/solicitation is a set-aside for small businesses with NAICS code 423410 - Photographic Equipment and Supplies Merchant Wholesalers and small business size standard of 100 employees. The National Institute on Drug Abuse (NIDA), Station Support/Simplified Acquisitions (SS/SA) Branch, on behalf of the National Institute on Aging has a requirement for Loki Data Products Inc., 1934 Lewis Mountain Rd, Charlottesville, VA brand Camera DVR Core Systems with the following essential features: (1) Camera CL Full DVR Core System and Low Speed System: DVR Express Core Camera link Full, Power over CL; Loki Data Inc. part number CoreCLFULL-P., including essential features: (a) Record DVI at 1920 x 1080 @ 60Hz using DVI-CL converter; (b) Maximum resolution of 2048 x 1536; and (c) Utilize other features of the DVR Express Core CL-Full. Quantity: two (2) each. (2) Camera CL Full DVR Core System and Low Speed System with universal Power Supply for Core Camera link and Loki Data Inc. part number COREPWRNA including essential features: (a) Universal power supply for Core or Download Module 19V DC, with power cord for North America and (b) Necessary for the initial CORE device. Quantity: two (2) each. (3) Camera CL Full DVR Core System and Low Speed System Camera Unk 3 Meter PoCL Cable, Loki Data Inc. part number CLCAB-3M-PoCL. Quantity four (4) each. (4) Camera CL Full DVR Core System and Low Speed System SSD 2.5in MLC 240GB (240GB SSD memory necessary for use in conjunction with the initial CORE device), Loki Data Inc. part number SSD240W190. Quantity four (4) each. (5) Camera CL Full DVR Core System and Low Speed System Flare 2MP Color camera link (Color Camera link essential for the CORE camera link device), Loki Data Inc. part number 2M280CCL. Quantity two (2) each. (6) Camera CL Full DVR Core System and Low Speed System Stream7 Multi Interactive SJ\tv, USB Key (Interactive USB Key necessary for the CORE device implementation), Loki Data Inc. part number S7MULTI. Quantity one (1) each. (7) Camera CL Full DVR Core System and Low Speed System Karbon Dual CL Frame Grabber (Frame Grabber is essential for the imaging abilities of the CORE system), Loki Data Inc. part number BFKBN-PCE-CL4-F. Quantity one (1) each. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 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. Offers will be evaluated on a lowest price, technically acceptable basis. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by March 17, 2014 at 12:00 p.m. eastern standard time and must reference solicitation number HHS-NIH-NIDA-(SSSA)-2014-111. Responses may be submitted electronically to Debra C. Hawkins at debra.hawkins@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Suite 1B59, Bethesda, MD 20892 Attention: Debra C. Hawkins. Fax responses will not be accepted. For information regarding this solicitation please contact Lauren Phelps via email at debra.hawkins@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NIDA-(SSSA)-2014-111 /listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03305912-W 20140312/140310234203-0e8f73b0abc685746e6da657290814dc (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 |