SOLICITATION NOTICE
70 -- CAMERA AND CAMOUFLAGING - CLAUSE MATRIX
- Notice Date
- 4/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-14-T-LH14
- Point of Contact
- Lou E Hemmings, Phone: 757-763-2442
- E-Mail Address
-
lou.hemmings@navsoc.socom.mil
(lou.hemmings@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CLAUSE MATRIX FOR H92240-14-T-LH14 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 H92240-14-T-LH14 is issued as a request for quotation (RFQ) and this is notice that Naval Special Warfare Command Contracting Office, Joint Expeditionary Base (JEB) Little Creek/Ft Story, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated naics code is 333316 and the Small Business Size Standard is 1,000. This solicitation is 100% set-aside for small business concerns. CLIN 0001 - 11 EACH - CANON EOS 5D MARK III CLIN 0002 - 11 EACH - CAMOUFLAGING OF CANON EOS 5D MARK III CAMERA 1.1 WARRANTIES. "The contractor shall provide verification of Original Equipment Manufacturer (OEM) equipment warranties transferrable and or useable by the U.S. Government (USG). Warranties shall identify product defect coverage inclusive of manufacturer approved user or vendor modification of equipment. Additional product/brand warranties preferred." 1.2 CONTRACTOR SUPPORT. "At a minimum, the contractor shall have the ability to provide manufacturer approved equipment training, troubleshooting and diagnosis, cleaning, and minor repair of specified products." 1.3 PARALLEL MARKET MITIGATION. "The contractor shall ensure that the components, equipment, materials and parts in this solicitation are not "grey market", "black market" or refurbished items. Products, where applicable, (I.e. serial numbered, lot numbered, etc.) shall be traceable to the Original Equipment Manufacturer (OEM) as new product to ensure that the USG is not receiving parallel market items. The contractor shall provide current OEM documentation indicating efforts used and protections against the parallel market." Equal offers will be accepted for consideration. If quoting an equal offer include detailed specifications and pictures with quote. Request delivery 30 days after receipt of order. Delivery location: JEB LITTLE CREEK, VIRGINIA BEACH, VA 23459. FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS 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. Award will be based on lowest price technically acceptable. FAR 52.212-3 Alt A - Reps and Certs ORCA Offerors to include a complete copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items with its offer which can be found at https://farsite.hill.af.mil. Note that you must be registered in SAM to be considered for an award. Registration is free and can be completed online at https://SAM.gov. Representations and Certifications shall be completed via the SAM web site at https://SAM.gov. Only written questions regarding this announcement will be accepted. All questions pertaining to this solicitation must be submitted by 04-8-2014, 4:00 p.m. (1600) to allow time for responses to be returned. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. Quotations are due by 04-17-2014, 4:00 p.m. (1600). Email to lou.hemmings@navsoc.socom.mil or fax to 757-242-2434 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; top: 0px; cursor: hand; right: 0px; left: 0px;" title="Call: 757-242-2434" src="data:image/png;base64,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" alt="" />.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-T-LH14/listing.html)
- Record
- SN03329306-W 20140405/140404001028-686994d6bc5900bcc41bce6241df7982 (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 |