Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
SPECIAL NOTICE

67 -- Ortery Technologies - PhotoBench 260T and MultiArm 2000 - JOFOC

Notice Date
9/12/2019
 
Notice Type
Special Notice
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Marketing Service, Cotton Program, 100 Riverside Parkway, Suite 101, Fredericksburg, Virginia, 22406, United States
 
ZIP Code
22406
 
Solicitation Number
12639519Q0255
 
Archive Date
9/18/2019
 
Point of Contact
Beverly S. Brown, Phone: 540-361-1126
 
E-Mail Address
BeverlyS.Brown@ams.usda.gov
(BeverlyS.Brown@ams.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
JOFOC The USDA, Agricultural Marketing Service intends to award a sole source contract to Ortery Technologies, Inc. located at 15 Hammond Suite 313, Irvine, CA 92618 for the following items: - 3D PhotoBench 260 Tall computer controlled photography studio(includes System Software Box, power cable, USB Cable, Installation and operation guides); - 3D MultiArm 2000 computer controlled photography studio (Includes free technical support, one-year free softwae upgrades and a one-year warranty), System software box, power cables, USB cables, Installation and operation guides); Includes free technical support, one-year free software upgrades and a one year warrantly - Shipping and Handling - Shipping address is 101 Riverside Parkway, Suite 101, Fredericksburg, Virginia 22406 - Training and Travel - Training will be provided for 5 users in the Fredericksburg office. Training will be provided by an authorized Ortery representative. The applicable NAICS code for this requirement is 333316 with a small business size standard of 1,000 employees. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 243-3 Changes - Time-and Materials or Labor Hours; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.246-6 Inspection - Time and Material and Labor Hour; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.217-6 Option for Increased Quantity; FAR 52.217-8 Option to Extend Services; and FAR 52.252-2 Clauses Incorporated by Reference. This is a notice of intent and is not a request for competitive quotations or proposals. Firms that believe they can provide equal or superior products/services are encouraged to identify themselves and provide a substantive statement with descriptive literature and any other supporting information to the Contracting Officer by the closing date of this notice. All information received will be considered by the Government to determine if more than one firm can meet the Government's requirements and is capable of providing equal or superior products/services. All responses must be in writing and should be emailed to BeverlyS.Brown@ams.usda.gov. Questions concerning this acquisition must be in writing and directed to BeverlyS.Brown@usda.gov. Responses must be received by 10:00 A.M. eastern time on September 17, 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/AMS/CP/12639519Q0255/listing.html)
 
Record
SN05442956-W 20190914/190912231407-d81c58b45ed1df60cc7b75443e46a430 (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.