Federal Bid

Last Updated on 16 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Salt lake city Utah

Film Leader

Solicitation ID AG-8447-S-17-0004
Posted Date 08 Sep 2017 at 10 PM
Archive Date 16 Oct 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aerial Photography Field Office
Agency Department Of Agriculture
Location Salt lake city Utah United states
Aerial Film Leader
The USDA-FSA-Aerial Photography Field Office (APFO) is in need of 9.5" wide aerial film leader intended to be used primarily on ASCS film rolls in the APFO vault. There are currently 89 rolls of 9.5"x250' black and white aerial film stored in APFOs walk-in freezer in Salt Lake City, Utah, that are no longer required by the government. APFO is issuing this combined synopsis/solicitation to award one firm fixed price contract for the price of shipping film leader through either trade of inventory film for or conversion of a portion of inventory film into film leader.

1. This Request for Quotation (RFQ) 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; quotations are being requested and a written solicitation will not be issued.

2. Solicitation AG-8447-S-17-0004 is issued as a Request for Quotation.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, dated January 19, 2017.

4. This solicitation is a total small business set-aside. The small business industry size standard for the type of supplies and/or services covered by this procurement, under NAICS code 541922, Commercial Photography, is the average annual receipts of the concern and its affiliates for the preceding three (3) years not in excess of $7.5 million.
5. Line item number(s) and items, quantities, and units of measure, including options
  1. 9.5" aerial film leader in exchange for 89 rolls 9.5" BW film (Quantity of leader to be determined based on offer(s) accepted)

6. Description of Requirements:

a. Government Furnished Items:
Inventory Film: The Government will provide the following 9.5"x250' black and white film rolls to the contractor(s) at no cost to the contractor(s):
Description Mfg. Part Numer Quantity Year Received
AVITONE Duplicating Film PD1p-OS, 9.5"x250' EDPMB 10 Rolls 2008
AVIPHOT PAN 200 PE 1, 9/5"x250' 3DEPF 79 Rolls 2002
Total 89 Rolls

Images of the labels of the two types of film are attached for reference. The film has been stored in a walk-in freezer maintained at a temperature intended for storage of film and other photographic products.

b. Contractor Furnished Items:
1. Film Leader: The Contractor shall deliver 9.5" (inch) wide film leader at shipping cost through one, or a combination of, the following options:
i. Exchange of film leader for inventory film furnished by the Government
ii. Processing a portion of inventory film furnished by the Government to film leader, and the remainder of the film is retained by the contractor
iii. Acceptable contractor proposed option for utilizing APFO inventory film and providing film leader of quantity in sufficient value to inventory film furnished by the Government.

2. Film Leader Requirements
i. Film leader delivered must be in a condition usable as leader
ii. If leader provided is not from processed inventory film, it must be equivalent size and material
iii. Leader is intended for use in Leica DSW700 or potentially similar photogrammetric film scanning equipment
iv. Film leader must be delivered on reels or spools
v. No two rolls should be spliced together
vi. Leader from processed film inventory should be shipped to APFO in the same box in which it was received

7. Date and place of delivery and acceptance: Film leader shall be delivered no later than 180 days from receipt of inventory film, F.o.B Destination:
USDA-FSA- Aerial Photography Field Office
2222 West 2300 South
Salt Lake City, UT 84119-2020

Inspection and acceptance will be made at the same location as delivery.

8. FAR 52.212-1, Instructions to Offerors - Commercial, and addendum provided as follows: Quotations must include:
a. Completed and signed Standard Form 1449 (Attachment 2). Include a summary of the offer (method) and quantities of leader to be provided, as well as a separate line for method and price for shipping film and leader.
b. Technical address: Briefly explain the proposed film leader, depending upon the option:
i. Processed from inventory film furnished by the Government: describe the process used to convert the film to leader.
ii. Film Leader: manufacturer, part number, and year
iii. Other film as leader: describe the film type and condition and provide a three (3) foot sample with your response
c. Representations and Certifications (see Item 10 and Attachment 1, page 7)

9. FAR 52.212-2 - Evaluation - Commercial Items, The Government anticipates the award of one firm fixed price contract resulting from this solicitation to the responsible source whose quotation conforming to the solicitation requirements will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations for selection: (i) price: quantity of usable film leader and the cost/price of shipping film and leader, and (ii) technical acceptability of proposed type of leader to meet the Government requirements and intended use. The Government will accept the offer that is technically acceptable and most favorable regarding price: largest quantity of technically acceptable film leader at the lowest-priced acceptable method of shipment.

10. Quotations must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The Certifications are included in Attachment 1 (beginning page 7).

11. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, apply to this solicitation.

12. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Those clauses that apply are indicated with an X under this section in Attachment 1.

13. Additional contract requirements or terms and conditions:

14. DPAS N/A

15. Responses are due to the following location no later than 3:00pm Mountain Time, Friday, September 15, 2017, and may be emailed to [email protected], or mailed to:

USDA, FSA, Aerial Photography Field Office
Contracting Officer
2222 West 2300 South
Salt Lake City, Utah 84119-2020

16. For information regarding this solicitation, contact Michelle Jardine, 801-844-2909, [email protected]. Secondary contact: Don Hadley, 202-772-9159, [email protected].
List of Attachments
• Attachment 1
o Contract Clauses, Terms and Conditions (PDF, 6 pages)
o Representations and Certifications (WORD) (submit with quotation; include page 17 if remaining are completed in SAM.gov)
• Attachment 2, SF1449 (PDF, 2 pages) (submit with quotation)

Bid Protests Not Available

Similar Past Bids

Florida 25 May 2023 at 11 PM
Location Unknown 22 Aug 2022 at 4 AM
Fort gordon Georgia 10 Sep 2019 at 8 PM
Langley South carolina 19 Sep 2008 at 3 PM
Location Unknown 14 Apr 2022 at 4 AM