Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2015 FBO #4862
SOLICITATION NOTICE

67 -- HURLBURT AFPAA PROJECT - JA BRAND NAME OR EQUAL

Notice Date
3/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002850490131
 
Archive Date
4/15/2015
 
Point of Contact
Claudio T. Casupang, Phone: (951) 413-2381, Susan M. Madrid, Phone: 951-413-2371
 
E-Mail Address
claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil
(claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JA BRAND NAME COMBINED SYNOPSIS/SOLICITATION: HQ002850490131 Title: Hurlburt AFB AFPAA-AFSOC PROJECT Description(s): COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal - see salient characteristics listed below a. Solicitation Number HQ002850490131 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-80, effective 2 March 2015 and DFARS Change Notice 20150226 c. This procurement is brand name or equal; associated with NAICS Code 333316 with a size standard of 1000 employees and is set aside 100% Small Business. d. Description: THESE ITEMS ARE BRAND NAME OR EQUAL; FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. CLIN 0001: Nikon, (1541), D4s Camera Body (or Equal) DESCRIPTION: BODY ONLY; 16.2MP; FX‐FORMAT CMOS SENSOR 36 X 23.9MM; EXPEED 4 IMAGE PROCESSOR; 3.2‐IN 921K‐ DOT LCD MONITOR; FULL HD 1080P VIDEO RECORDING AT 60 FPS; MULTI‐CAM 3500FX 51‐POINT AF SENSOR; NATIVE ISO 25600, EXTENDED TO ISO 409600; 11 FPS SHOOTING FOR 200 SHOTS WITH AE/AF; 91K‐PIXEL RGB SENSOR AND GROUP AREA AF; 14‐BIT RAW FILES AND 12‐BIT RAW S FORMAT; 1000 BASE‐T GIGABIT WIRED LAN SUPPORT; MAX RESOLUTION: 4928 X 3280; ASPECT RATIO: 3:2, 4:5, 16:9; ACCEPTS COMPACT FLASH, XQD MEMORY CARDS; 18MM VIEWFINDER EYEPOINT; ISO: 100‐25600; SHUTTER SPEED: 30‐1/8000 SEC; NIKON F LENS MOUNT; PWR RQMTS: 1EA EN‐ EL18A RECHARGEABLE LI‐ON BATTERY PACK. UNIT PRICE @ _____________ x 4 EA = $__________________ CLIN 0002: Nikon, (2148), Lens 10.5mm/2.8 (OR EQUAL) DESCRIPTION: NIKON F‐MOUNT DX AF 10.5MM F2.8G IF‐ED FISHEYE DIGITAL SLR LENS W/SOFT CASE; FULL‐FRAME 180 DEGREE PICTURE ANGLE, ULTRA‐WIDE ANGLE FOCAL LENGTH OF 10.5MM, MINIMUM FOCUS DISTANCE: 3CM. UNIT PRICE @ _____________ x 3 EA = $__________________ CLIN 0003: Nikon, (2185), Lens70-200mm/2.8 (OR EQUAL) DESCRIPTION: NIKON AF‐S ED VRII; AUTO FOCUS; IMAGE STABILIZATION; 70‐200MM; BLACK; F/STOP RANGE: 2.8‐22; F‐MOUNT; REMOVABLE ROTATING TRIPOD COLLAR; MIN FOCUS DISTANCE: 1.4‐METERS. UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0004: Nikon, (2164), Lens 24-70mm/2.8 (OR EQUAL) DESCRIPTION: Description: NIKKOR; 24‐70MM, F/2.8G ED AF‐S; C/W 77MM FILTER SIZE, LF‐1 REAR LENS CAP FOR F MOUNT LENSES, HB‐40 LENS HOOD, CL‐M3 SEMI‐SOFT LENS CASE, 5 YEAR WARRANTY; WEIGHT 2LBS; MIN FOCUS DISTANCE: 38CM. UNIT PRICE @ _____________ x 2 EA = $____________________ CLIN 0005: Nikon, (1925), Lens 14mm/2.8 (OR EQUAL) DESCRIPTION: NIKON AF 14MM F/2.8D ED LENS; F‐MOUNT; AUTOFOCUS; ANGLE OF VIEW: 114‐DEG(DX: 90‐DEG); MIN FOCUS DISTANCE: 19.99CM; APERTURE CONTROL RING; BUILT IN LENS HOOD. UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0006: 32 GB SxS Memory Card Sony-(SBS-32G1A) OR EQUAL DESCRIPTION: MEMORY; SXS‐1 G1A 32GB; FOR PMW‐EX1R, PMW‐320/350, PMW‐500; 1.2GBS HIGH SPEED TRANSFER; 140 MINUTE RECORD TIME; EXPRESSCARD COMPLIANT. UNIT PRICE @ _____________ x 4 EA = $__________________ CLIN 0007: Memory Card with microSD Adapter SanDisk (SDSDQXL-064G-A46A) OR EQUAL DESCRIPTION: 64GB; MICRO SDXC EXTREME PLUS CLASS 10; UHS‐1 U1 MEMORY CARD W/MICRO SD ADAPTER; MAX READ SPEED: 80MB/S; MAX WRITE SPEED: 50MB/S; MAGNET PROOF, SHOCK PROOF, WATERPROOF, X‐RAY PROOF. UNIT PRICE @ _____________ x 3 EA = $____________________ CLIN 0008: Sony (BP-U60) Lithium-Ion Battery OR EQUAL DESCRIPTION: LITHIUM‐ION; OUTPUT VOLTAGE: 16.4VDC/14.4VDC; CONNECTION SPECIFIC TO PMW‐EX1 CAMCORDER; 56WH. UNIT PRICE @ _____________ x 3 EA = $____________________ CLIN 0009: Datavideo (TP300-IP) Teleprompter Kit for Apple iPads OR EQUAL DESCRIPTION: F/U/W: APPLE IPADS; READING RANGE: 9 FT (3 M); MOUNTING BRACKET SIZE: EXPANDABLE FROM 1‐7.8‐ IN(10 TO 20 CM); DIMENSIONS 9.8 X 8.3 X 17.5‐IN; KIT INCLUDES: CLOTH HOOD, GLASS FRAME, 60/40 GLASS SHEET, PROMPTER RIG, RUBBER SLEEVE FOR THE IPAD, MOUNTING BRACKETS FOR THE IPAD, CAMERA RISERS, WIRED REMOTE CONTROL. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0010: Manfrotto Compact Advanced Aluminum Tripod, Black (MKCOMPACTADV-BK) OR EQUAL DESCRIPTION: ALUMINUM; COMPACT; MAX HEIGHT: 65‐IN; 6.6‐LB LOAD CAPACITY; CLOSED LENGTH: 17.32‐IN; QUICK RELEASE PLATE WITH 1/4‐20 SCREW; 360‐DEG PAN; ‐30 TO +90 DEG FRONT/LATERAL TILT; 5‐SECTION LEGS; WEIGHT: 3.1‐LB. UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0011: Sachtler (0442) FSB 6T MD Tripod System OR EQUAL DESCRIPTION: ENG; ALUMINUM TOUCH AND GO TRRIPOD; 13.2‐LB CAPACITY; MAX HEIGHT: 62.2‐IN; MIN HEIGHT: 37.4‐ IN; LEVELING BUBBLE; SPIKED FEET; MID‐LEVEL CENTER BRACE; C/W: 10‐STEP FLUID HEAD; QUICK RELEASE PLATE; SLIDING BALANCE PLATE(4.7‐IN); 0‐3 STEP TILT DRAG; ‐70 TO +90 DEGREE TILT RANGE; 360‐DEG PAN RANGE; TILT/PAN LOCK; C/W: FSB 6 T FLUID HEAD(0405), ENG 75/2 D TRIPOD(4188), SET MID‐LEVEL SPREADER 75(7011), PADDED BAG DV75 S(9108). UNIT PRICE @ _____________ x 3 EA = $__________________ CLIN 0012: FLUID HEAD DESCRIPTION: 75MM BALL; 13.2‐LB CAPACITY; COMPATIBLE W/FSB CELL; 10‐STEP COUNTER BALANCE; QUICK RELEASE PLATE; 4.7‐IN RANGE SLIDING BALANCE PLATE; 3‐STEP TILT DRAG; ‐70 TO +90 DEG TILT RANGE; 360 PAN RANGE; PAN/TILT LOCK; ILLUMINATED LEVELING BUBBLE; C/W: FLUID HEAD, PAN BAR, QUICK RELEASE PLATE. UNIT PRICE @ _____________ x 5 EA = $__________________ CLIN 0013: Manfrotto Bumblebee-220 PL Pro-Light Camera Backpack (220 PL) OR EQUAL DESCRIPTION: CAMERA; HOLDS 2 TO 3 DSLR'S, 8‐LENSES UP TO 500MM; DEDICATED 17‐IN LAPTOP COMPARTMENT; 2EA DETACHABLE POCKETS; RAIN PROTECTOR; STERNUM STRAP AND PADDED WAIST BELT; TRIPOD HOLDER; REAR TROLLEY SLEEVE; WATER REPELLENT; INTERIOR DIMENSIONS: 12.6 X 7.1 X 19.7‐IN. UNIT PRICE @ _____________ x 10 EA = $__________________ CLIN 0014: Manfrotto Pro-V-410 PL Pro-Light Video Backpack (MB PL-PV-410) OR EQUAL DESCRIPTION: F/U/W: CAMCORDER OR DSLR VIDEO RIGS; HOLDS 6‐8 EXTRA LENSES/1‐EXTRA BODY; PADDED POCKET FOR 15.4‐IN LAPTOP; TRIPOD HOLDER; 4EA PADDED MAIN COMPARTMENT POUCHES; PADDED WAIST BELT; RAIN PROTECTOR; INTERIOR DIMENSIONS: 11.8‐IN X 9.1‐IN X 18.9‐IN; RIP STOP NYLON. UNIT PRICE @ _____________ x 3 EA = $__________________ CLIN 0015: Steadicam (M2PILOT-AA), camera Support System OR EQUAL DESCRIPTION: 2ND UNIT CAMERA STABILIZATION SYSTEM; F/U/W: LIGHTWEIGHT DSLR'S AND CAMCORDERS; CARBON FIBER/ALUMINUM CONSTRUCTION; LOAD CAPACITY: 2‐10 LBS; LOW PROFILE VEST; 2‐SECTION ARTICULATED ISO‐ ELASTIC ARM W/28‐IN BOOM RANGE; FLAT BASE; DOCKING BRACKET; LOW MASS 3‐AXIS GIMBAL; 5.8‐IN LCD MONITOR; AA BATTERY MOUNT; INCLUDES: MERLIN 2 CAMERA STABILIZING SYSTEM, MERLIN ARM POST KIT(801‐7290), AA MOUNT, 5.8‐IN MONITOR, ISO‐ELASTIC ARM, LIGHTWEIGHT LOW PROFILE VEST, 1‐YR PARTS, 6‐MONTHS LABOR WARRANTY. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0016: Go Pro POV Kit as described (OR EQUAL ITEMS) DESCRIPTION: GOPRO HERO4; POV CAMERA; BLACK; NTSC/PAL; CLASS 10 OR UHS‐1 RATING REQUIRED; MICROSD/HC/XC UP TO 64 GB; VIDEO FORMATS: 4K, HD, H264, 3840 X 2160P/30 FPS/25 FPS/24 FPS THROUGH STANDARD DEFINITION 848 X 480P/240 FPS; ASPECT RATIOS: 16:9, 4:3; STILL IMAGE RESOLUTION JPEG: 12 MEGAPIXEL, 4000 X 3000 (4:3), JPEG: 7 MEGAPIXEL, 3000 X 2250 (4:3), JPEG: 5 MEGAPIXEL, 2560 X 1920 (4:3); CHANNELS 1.0‐CHANNEL MONO 2; MONO BUILT‐IN MIC; STEREO RECORDING CAPABLE; INTERVAL RECORDING:.5 SEC, 1 SEC, 2 SEC, 5 SEC, 10 SEC, 30 SEC, 60 SEC; OUTPUTS: 1EA MINI‐USB, 1EA HDMI D (MICRO) 3; MAC/WIN COMPATIBLE; USB‐RECHARGEABLE LITHIUM‐ION BATTERY PACK; 3.8 VDC, 1160 MAH; CAMERA WEIGHT APPROXIMATELY 3OZ UNDER 5.25 OZ WITH HOUSING; 5 EA-(CHDHX-401), GoPro Hero4, POV Camera 1 EA-(AHBBP-401), GoPro, Dual Battery Charger with Battery for HERO4 2 EA-(AHBSH-401), GoPro, Blackout Housing for HERO3, HERO3+, and HERO4 2 EA-(GVHS30), GoPro, Helmet Strap, Vented 2 EA-(ASGUM-001), GoPro, Sportsman Mount 2 EA-(GCHM30-001), GoPro, Chesty Chest Harness Mount 3 EA-(AHDBT-302), GoPro, Hero3+ Battery 2 EA-(ACHOM-001), GoPro, Head Strap and Quick Clip 2 EA-(1901), Contour ROAM3, POV Camera 2 EA-(4165), Contour, Mount Kit (2PK) (4165) UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0017: Dell (M6800) OR EQUAl DESCRIPTION: System C/O: 1 EA (I74910), INTEL CORE I7‐4910MQ PROCESSOR, QUAD CORE 2.90GHZ, 3.90G W/HD GRAPHICS 4600, 1 EA (DW17P6E), WIN 7 PRO ENGLISH 64BIT INCLUDES WINDOWS 8.1 PRO LICENSE, 1 EA (13TMUI), OFFICE PRODUCTIVITY SOFTWARE: NO OFFICE LICENSE INCLUDED, 1 EA (APDGENG), NON‐MICROSOFT APPLICATION SOFTWARE: DELL APPLICATIONS FOR WINDOWS DOWNGRADE, 1 EA (NOESTAR), ENERGY STAR: NO ENERGY STAR, 1 EA (K4100M) GRAPHICS CARD: NVIDIA QUADRO K4100M W/4GB GDDR5, 1 EA (FHD), LCD: 17.3 ULTRA SHARP FHD (1920X1080) WIDE VIEW ANTI‐GLARE LED‐BACKLIT W/PREMIUM PANEL GUARANTEE, 1 EA (BSGRSH), CHASSIS OPTIONS: SMARTCARD READER BASE, 1 EA (NOWIGI), BACK COVER: NO WIGIG HD+/FHD BACK COVER, 1 EA (USPWR), POWER CORD: US POWER CORD, 1 EA (NORAID), RAID CONNECTIVITY: NO RAID, 1 EA (SSD256), HARD DRIVE: 256GB 2.5INCH SERIAL ATA SOLID STATE DRIVE, 1 EA (NOHDDA), SECONDARY HARD DRIVE: NO ADDITIONAL HARD DRIVE, 1 EA (NOBHD), OPTICAL BAY HARD DRIVE: NO OPTICAL BAY HARD DRIVE, 1 EA (DVDRWS), OPTICAL DRIVE: 8X DVD+/‐RW DRIVE SLOT LOAD, 1 EA (NOPDVD), OPTICAL SOFTWARE: SOFTWARE NOT INCLUDED, 1 EA (CMMIC) CAMERA: INTEGRATED CAMERA, MICROPHONE BEZEL, 1 EA (IW7260), WIRELESS: INTEL DUAL BAND WIRELESS‐AC 7260, 802.11AC/A/B/G/N 2X2 HALF MINI CARD + BLUETOOTH 4.0, 1 EA (NOMBB), MOBILE BROADBAND: NO MOBILE BROADBAND, 1 EA (ENGD), KEYBOARD: INTERNAL ENGLISH DUAL POINTING KEYBOARD, 1 EA (9C), PRIMARY BATTERY: 9‐CELL (97WH) LITHIUM ION BATTERY WITH EXPRESS CHARGE, 1 EA (NADDBAT), ADDITIONAL BATTERY: NO ADDITIONAL BATTERY, 1 EA (SFPSCR), PALMREST: SWIPE FINGERPRINT AND SMART CARD READER (CONTACT AND CONTACTLESS), 1 EA (NODDPE), DELL DATA PROTECTION |ENCRYPTION SECURITY SW: NO DDPE ENCRYPTION SOFTWARE, 1 EA (VPRO), SYSTEMS MANAGEMENT: INTEL V‐PRO TECHNOLOGY'S ADVANCED MANAGEMENT FEATURES, 1 EA (NOSECSW), SECURITY SOFTWARE: NO SECURITY SOFTWARE, 1 EA (NOACCES), MONITOR ADAPTERS: NO ACCESSORIES, 1 EA (NOMSE) MOUSE: NO MOUSE, 1 EA (DBRBSC6), DELL BACKUP & RECOVERY: DELL BACKUP AND RECOVERY BASIC (BC), 1 EA (M81D6E), OPERATING SYSTEM RECOVERY OPTIONS: WIN 8.1 ENGLISH OS RECOVERY DVD, 1 EA (RDVD), RESOURCE DVD: RESOURCE DVD, 1 EA (NOTSH), PLACEMAT: NO QUICK REFERENCE GUIDE, 1 EA (USNONE), CANADA SHIP OPTIONS: US NO CANADA SHIP CHARGE, 1 EA (NOHDDA), THIRD HARD DRIVE: NO ADDITIONAL HARD DRIVE, 1 EA (16G216), MEMORY: 16GB (2X8GB) 1600MHZ DDR3L, 1 EA (NSCW), CAMERA SOFTWARE: NO CAMERA SOFTWARE, 1 EA (STD), TRANSPORTATION FROM ODM TO REGION: STANDARD SHIPMENT, 1 EA (NOFRID), RFID LABEL: NO RFID LABEL, 1 EA (240AC), POWER SUPPLY: 240W AC ADAPTER,1 EA (FG0063), FGA MODULE: M6800_R1_028NF/US/BTO, 1 EA (SHPMX), SHIPPING: MIX SHIP CONFIG (DAO), 1 EA (IW7260), DRIVER: INTEL DUAL BAND WIRELESS‐AC 7260 DRIVER, 1 EA (REGNTCH), LABEL: REGULATORY LABEL FOR NON‐TOUCH SCREEN, 1 EA (I7INVP), PROCESSOR BRANDING: INTEL CORE I7 PROCESSOR V‐PRO LABEL, 1 EA (NOUPC), UPC LABEL: NO UPC LABEL, 1 EA (U3IPY), WARRANTY AND SUPPORT: 3‐YR PRO‐SUPPORT SERVICE WITH 3‐YR NBD ONSITE SERVICE AFTER REMOTE DIAGNOSIS, 1 EA (M6800), MOBILE PRECISION M6800: DELL PRECISION M6800 BTX BASE, 1 EA (DOCEFR), DOCUMENTATION/DISKS: ENGLISH AND FRENCH SHIPPING DOCS. UNIT PRICE @ _____________ x 2 EA = $__________________ TOTAL PRICE FOR THIS QUOTE $____________________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at location: FOB DESTINATION F2FF24 HQ AFSOC PA AF GBPN NO MILSBILLS PROCESSES 229 CODY AVE STE 103 HURLBURT FIELD, FL 32544 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.211-7003 Iten Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) DEFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.203-7098 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) FAR 52.211-6 Brand or Equal (Aug 1999) Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. DFARS 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2015 Appropriations. (DEVIATION 2015-OO00005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [] is not [] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 31 MAR 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002850490131" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: 9514132381 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a974293c94ef185be5ad2ec6d7ea2af6)
 
Place of Performance
Address: F2FF24, HQ AFSOC PA AF, GBPN NO MILSBILLS PROCESSES, 229 CODY AVE STE 103, HURLBURT FIELD, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03668665-W 20150318/150316234707-a974293c94ef185be5ad2ec6d7ea2af6 (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.