SOLICITATION NOTICE
67 -- Panasonic VERICAM-HS - Brand Name Justification
- Notice Date
- 2/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 158 MSG/MSC, VT ANG, 45 NCO DRIVE, SUITE A, SOUTH BURLINGTON, Vermont, 05403-5867, United States
- ZIP Code
- 05403-5867
- Solicitation Number
- W912LN-17-T-1001
- Archive Date
- 3/25/2017
- Point of Contact
- James R. Yoshikawa, Phone: 8026605423
- E-Mail Address
-
James.r.yoshikawa.mil@mail.mil
(James.r.yoshikawa.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand name Justification 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; proposals are being requested and a written solicitation will not be issued. Solicitation F9P0FW6342AW02 is hereby issued as a Request For Quote (RFQ). The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. This RFQ is set aside 100% for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a business size standard of 750 employees. Firm Fixed Price Quotes are being solicited for the following: Panasonic Varicam-HS camera with 2 compatible strap kits. This RFQ is brand name specific. Only items compatible with Panasonic lenses and accessories shall be accepted. Please refer to the attached brand name justification. Delivery location is 3 Ewing Place, STE B, Essex Junction, VT 05452. The following FAR and DFARS provisions and clauses apply to this acquisition. The full text versions may be accessed electronically at http://farsite.hill.af.mil. FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, along with the following clauses in paragraph (b) will apply: FAR 52.219-6 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 52.222-50, FAR 52.223-18, FAR 52.225-13, FAR 52.232-33, FAR 52.232-39, FAR 52.232-40, FAR 52.233-3, 52.233-4; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 Safeguarding of Unclassified Technical Information; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.225-7035 Alt I Buy American Balance of Payments Program Certificate; DFARS 252.225-7036 Alt I Buy American Balance of Payments Program; DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quotes are due no later than March 10, 2017, 3:00 p.m. Eastern Standard Time. All offers received prior to closing date and time shall be considered. The point of contact is MSgt Andrew Anderson 802-660-5443. Quote must include company's CAGE CODE as proof of active registration with the System for Award Management http://www.sam.gov/. In addition to the above listed items, each offeror must provide all required NON-PRICING responses (e.g. payment discount terms, delivery terms, etc.). The desired delivery schedule is 30 Days After Receipt of Order (ARO) or less. Quotes shall be emailed to james.r.yoshikawa.mil@mail.mil or faxed to 802-660-5354. No other method of quote submission is acceptable. 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, price and delivery schedule considered. The following factors shall be used to evaluate offers: price and delivery schedule. Delivery schedule is more important than price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43-1/W912LN-17-T-1001/listing.html)
- Record
- SN04411131-W 20170224/170222235412-427938cf37edb1ca8fe5c45d2dc676c0 (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 |