SOLICITATION NOTICE
58 -- HD-SDI Video Equipment
- Notice Date
- 6/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S5-15-T-0018
- Response Due
- 6/17/2015
- Archive Date
- 8/2/2015
- Point of Contact
- Samuel C. Layton, 435-831-2932
- E-Mail Address
-
MICC - Dugway Proving Ground
(samuel.c.layton8.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This is a notice of intent to negotiate on a sole source basis with Uniforce Sales and Engineering (42501 Albrae St. Ste#210, Fremont, CA 94538). This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Mission and Installation Contracting Command at Dugway Proving Ground, is contemplating the procurement of HD-SDI Recording Equipment through a Firm-Fixed-Price Supply Contract w/ the following CLINS: CLIN 0001(Quantity of 3) Solid State HD-SDI Master Standalone Core DVR with 2960 GB SSD drives, Standalone Option, and Core-view Premium Option to use CRU Carrier assemblies. MFR PART# MDRS-3SI-4960-SUR, 0002Custom Option - (Quantity of 9) Proprietary Uniforce HD-SDI Video Standalone Streaming Recording and Download Stations (Image Processing Computer Workstations)with Custom Software MFR PART# USE-DVRDLS-S 0003(Quantity of 3) Power Supplies for Core Master HD-SDI DVR Recorders MFR PART# USECOREPWNA 0004(Quantity of 3) Trigger Assembly for HD-SDI DVR I/O recorder Interface MFR PART# CABCOTRTRIG 0005(Quantity of 3) Timing Cable Kit or ORCA 102 GPS Time Inserter MFR PART#102-CBLKIT 0006(Quantity of 6) Dual RS232 to USB2 Adapter - Core Recorder and Orca Time Inserter Interface Communication control Cable MFR PART# 2XDB9 PLEASE BID TOTAL HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES - FOB DESTINATION FAR 52.247-34). Please call or e-mail Contract Specialist Samuel Layton, with all questions concerning these items @ 435-831-2932 samuel.c.layton8.civ@mil.mail. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). All firms responding must be registered with the System for Award Management (SAM). North American Industrial Classification Standard 334310(750 Employees) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF, 52.232-7 Time and Materials/Labor Hour Contracts, 52.246-1, The following Defense Federal Acquisition Regulation Supplement clauses may apply to this solicitation: DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition, and 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses may also apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003 Electronic Funding; DRARS 52.232-7006 Wide Area Work Flow Payment Instructions; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Accountable Property Officer, Accountable Property, Building 5464, Dugway, UT 84022-5000), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local conditions apply to this solicitation: Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; All quotes must be e-mailed to Samuel Layton at samuel.c.layton8.civ@mail.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Samuel Layton at samuel.c.layton8.civ@mail.mil or call 435-831-2932. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Wednesday, June 17, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db379a27fd57f7cb8f99770dec01a861)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03751831-W 20150605/150603235140-db379a27fd57f7cb8f99770dec01a861 (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 |