Federal Bid

Last Updated on 28 Nov 2009 at 9 AM
Combined Synopsis/Solicitation
Riverside California

EDITING SYSTEM

Solicitation ID HQ002892929002
Posted Date 30 Oct 2009 at 2 PM
Archive Date 28 Nov 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dma Riverside
Agency Department Of Defense
Location Riverside California United states 92518
Combined Synopsis/Solicitation HQ002892929002 EDITING SYSTEM This is a combined synopsis/solicitation for BRAND NAME 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; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002891478606 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 14 May 2009 and DFARS Change Notice 20090115. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008) : (a) Re para (a): NAICS 334220; this requirement is set-aside for Small Business, Size Standard 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required salient characteristics contained in CLIN 0001 below. Technical specifications for quoted items MUST accompany the offeror’s proposal submission in order to be considered. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 13 NOVEMBER 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to [email protected] or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (FEB 2009) with Alt 1 (FEB 2009) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 –Description: AUDIO; SINGLE OR DUAL CHANNEL; DIGITAL AND ANALOG INPUT/OUTPUT; 2GB HARD DRIVE; 16-BIT LINEAR UNCOMPRESSED AUDIO; ONE-TOUCH RECORDING AND WORD PROCESSOR STYLE NON-LINEAR W/RANDOM ACCESS; 2EA BUILT-IN SPEAKERS; SELECTABLE MIC/LINE INPUTS; 240 MINUTE STORAGE CAPACITY; TRANSPORT CONTROLS DUPLICATING ANALOG TAPE TRANSPORT FUNCTIONS; SCRUB WHEEL TO EMULATE REEL ROCKING TAPE; EDIT KEYS: DIR, FILES, SAVE, EXIT, SOFT KEYS, LOOP, ZOOM IN/OUT, HOT- KEYS, AND ALPHANUMERIC KEYBOARD; INPUT SELECTION: PEAK LEVEL, LEFT/RIGHT, ARM, SOLO, AND VOLUME. Manufacturer: 360 SYSTEMS Part Number: SC-182 QTY: 12 Each Unit Price: Total Amount: SHIPPING ADDRESS is: DEFENSE MEDIA CENTER Attn: SHEEREE OGLE 14855 6TH STREET BLDG 2725 RIVERSIDE, CA 92518-2221 All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above 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 quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. 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.
Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Sep 2010 at 4 PM
Media Pennsylvania 23 Oct 2009 at 4 PM
Wright patterson air force base Ohio 21 May 2015 at 8 PM
Location Unknown 25 Aug 2020 at 4 AM
Louisville Tennessee 30 Apr 2004 at 5 AM

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Minnesota 08 Jul 2025 at 6 PM