Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
SOLICITATION NOTICE

67 -- PROCURE, INSTALL AND INTEGRATE SOFTWARE AND VISUAL INFORMATION HARDWARE EQUIPMENT

Notice Date
6/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018914T0260
 
Response Due
7/2/2014
 
Archive Date
7/17/2014
 
Point of Contact
TRACEY L. DILLARD 757-443-1926
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-14-T-0260. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333316 and the Small Business Standard is 1000. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAVSUP Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing: This requisition is to procure, install and integrate the following equipment including VI Software in support of the USS George Washington (CVN-73), including 1 each OPTASK Visual Information Pack-Up Kit - 1 each Nikon D800 Body DSLR, Nikon Multi Power Battery Pack for D800 Camera, 4 each Nikon EN-EL15 Lithium-Ion Battery Power Pack, 1 each Nikon 70-200mm Lens, Nikon AF-S Nikkor 200-400mm Lens, Nikon AF-S Nikkor 600mm Lens, Nikon TC-14EII 1.4x Teleconverter, Nikon TC-20E III Teleconverter, 3 each Hoya 77mm UV Haze filter, Hoya 77mm Polarizer Filter, 1 each Giottos Aegis Glass LCD Screen Protector, 2 each Delkin Universal Memory Card Reader, 1 each Kata Pro Light Rain Cover, Kata Extension Lens Sleeve Kit, Gitzo 4-Section Tipods, Gitzo Trippod Bag, Pelican Case, Pelican Waterproof 1650 Case w/Dividers, MACBOOK Pro, 15-inch, Adobe Master Suite Collection CS5.5.x, Adobe Lightroom, Nero 2014 Platinum, Camerabits Photomechanic v5, Microsoft Office Pro Plus 2010, WINZIP v17.5 (volume license), and 1 each Norton Ghost V14 9 (gov volume license). Estimated Period of Performance: July 3, 2014 through September 30, 2014; Delivery Location is USS George Washington (CVN-73) / COMNAVAIRPAC N6, Naval Station Norfolk, Norfolk, VA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications ”Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.215-5 Facsimile Proposals 757-443-1389/1333(OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-36 Payment by Third Party (FEB 2010), 52.223-18 Contractor Policy to ban Text Messaging while Driving (SEPT 2010); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A System for Award Management, (52.204-7) Alternate A (May 2013) Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ ; 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act ”Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011). The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility. (AUG 2001) FLC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. All quotes shall be submitted via Microsoft Word or Excel spreadsheet. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00AM EST on 2 July 2014. Offers shall be emailed to Tracey.Dillard@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0260/listing.html)
 
Place of Performance
Address: NAVAL STATION NORFOLK, NORFOLK, VIRGINIA
Zip Code: 23511
 
Record
SN03407635-W 20140628/140626235202-e8ae9608441f5d11ed5b8d201a073476 (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.