Federal Bid

Last Updated on 06 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Kaneohe Hawaii

Photographic Equipment

Solicitation ID M00318-18-Q-0024
Posted Date 15 Aug 2018 at 11 PM
Archive Date 06 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Kaneohe Hawaii United states 96863
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M00318-18-Q-0024 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 and Department of Defense FAR Supplement (DFARS) current to DPN 20180629. This is a total small business set-side. The North American Classification System (NAICS) code for this acquisition is 333316, Photographic and Photocopying Equipment Manufacturing, and the small business size standard is 1,000 employees; the size standard for nonmanufacturers is 500 employees.

Quotes are being requested for the following. See the attached Excel document for easy reference and the Brand Name justification for Brand Name Only items:

CLIN 0001: Brand Name Only - Rokinon DS16M-C, 16mm T2.2 Cine DS Lens for Canon EF Mount. Unit of Issue: Each. Quantity: 1.

CLIN 0002: Brand Name Only - Rokinon DS24M-C, 24mm T1.5 Cine DS Lens for Canon EF Mount. Unit of Issue: Each. Quantity: 1.

CLIN 0003: Brand Name Only - Rokinon DS35M-C, 35mm T1.5 Cine DS Lens for Canon EF Mount. Unit of Issue: Each. Quantity: 1.

CLIN 0004: Brand Name Only - Rokinon DS50M-C, 50mm T1.5 Cine DS Lens for Canon EF Mount. Unit of Issue: Each. Quantity: 1.

CLIN 0005: Brand Name Only - Rokinon DS85M-C, 85mm T1.5 Cine DS Lens for Canon EF Mount. Unit of Issue: Each. Quantity: 1.

CLIN 0006: Brand Name Only - Rode VideoMic Pro-R, VideoMic Microphone with Rycote Lyre Shockmount. Unit of Issue: Each. Quantity: 2.

CLIN 0007: Brand Name Only - Sachtler 1001, System Ace M MS Tripod. Unit of Issue: Each. Quantity: 2.

CLIN 0008: Brand Name Only - Canon 1483C018, EOS 5D Mark IV EF 24-70mm f/4L IS USM Lens. Unit of Issue: Each. Quantity: 3.

CLIN 0009: Brand Name Only - Canon 251A003AA, EF 50mm f/1.4 USM Lens. Unit of Issue: Each. Quantity: 2.

CLIN 0010: Brand Name Only - Canon 0573C002AA, EF 16-35mm f/2.8L III USM Lens. Unit of Issue: Each. Quantity: 2.

CLIN 0011: Brand Name Only - Canon 2751B002AA, EF 70-200mm f/2.8L IS II USM Lens. Unit of Issue: Each. Quantity: 2.

CLIN 0012: Brand Name Only - Canon 1177C002AA, Speedlite 600EX II-RT Flash. Unit of Issue: Each. Quantity: 2.

CLIN 0013: Brand Name Only - Canon 1485C001, Battery Grip BG-E20. Unit of Issue: Each. Quantity: 3.

CLIN 0014: Brand Name or Equal - Watson B-1544-2, LP-E6N Lithium-Ion Battery Pack (7.2V, 1900mAh). Unit of Issue: Each. Quantity: 3.

CLIN 0015: Brand Name or Equal - Watson D-1517, Duo LCD Charger with two LP-E6/LP-E6N Battery Plates. Unit of Issue: Each. Quantity: 3.

CLIN 0016: Brand Name or Equal - 24/7 247-TC-SL, Traffic Collection DSLR Camera Sling Bag. Unit of Issue: Each. Quantity: 3.

CLIN 0017: Brand Name or Equal - ProOptic PRO-FL-77-KIT, 77mm Filter Kit. Unit of Issue: Each. Quantity: 3.

CLIN 0018: Brand Name or Equal - 3Pod P-PTT1H, Portable Table Top Mini Tripod. Unit of Issue: Each. Quantity: 3.

CLIN 0019: Brand Name or Equal - SanDisk SDSDXXG-032G-GN4IN, 32GB SDHC UHS-I V30 Class 10 Memory Card. Unit of Issue: Each. Quantity: 3.

CLIN 0020: Brand Name or Equal - ProOptic PRO-SP-CA5DM4, Glass Screen Protector for Canon 5D Mark IV. Unit of Issue: Each. Quantity: 3.

CLIN 0021: Brand Name or Equal - Adorama SLMW10, Slinger Digital Memory Wallet for 12 Media Cards. Unit of Issue: Each. Quantity: 3.

CLIN 0022: Brand Name or Equal - ProOptic PRO-XCP-K1, Optics Care and Cleaning Kit. Unit of Issue: Each. Quantity: 3.

CLIN 0023: Brand Name or Equal - Green Extreme GX-CR-10, USB 2.0 4-in-1 Multi Card Reader. Unit of Issue: Each. Quantity: 3.

All items must be FOB Destination and priced as such. Delivery must be made within 30 days of contract award.

Award will be made to the contractor whose quote represents the best value to the Government. This determination will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The non-cost factors are: Technical (Items must be Brand Name or Equal to the items listed, except for Brand Name only items); Delivery - items must be delivered within 30 days; and Past Performance - Past Performance will be evaluated by reviewing the Past Performance Information Retrieval System (PPIRS-SR) in accordance with DFARS 213.106-2.

The following FAR provisions and clauses apply to this acquisition and are incorporated by reference:

52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards 52.204-16 -- Commercial and Government Entity Code Reporting
52.204-18 -- Commercial and Government Entity Code Maintenance
52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 -- Instructions to Offerors - Commercial Items
52.212-3 -- Offeror Representations and Certifications - Commercial Items
52.212-4 -- Contract Terms and Conditions-Commercial Items
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Deviation 2013-O0019
52.222-3 -- Convict Labor
52.222-19 -- Child Labor - Cooperation with Authorities and Remedies
52.222-21 -- Prohibition of Segregated Facilities
52.222-26 -- Equal Opportunity
52.222-35 -- Equal Opportunity for Veterans
52.222-36 -- Affirmative Action for Workers with Disabilities
52.222-37 -- Employment Reports on Veterans
52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act
52.222-50 -- Combating Trafficking in Persons
52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13 -- Restrictions on Certain Foreign Purchases
52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management
52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013)
52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors
52.233-3 -- Protest After Award
52.233-4 -- Applicable Law for Breach of Contract Claim
52.247-34 -- F.o.b. - Destination

The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation:

252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials
252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights
252.203-7005 -- Representation Relating to Compensation of Former DoD Officials
252.204-7011-- Alternative Line Item Structure
252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support
252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 -- Wide Area Workflow Payment Instructions
252.232-7010 -- Levies on Contract Payments
252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 -- Subcontracts for Commercial Items
252.247-7023 -- Transportation of Supplies by Sea
252.247-7024 -- Notification of Transportation of Supplies by Sea

The full text of the provisions and clauses incorporated here by reference can be found online at http://farsite.hill.af.mil, or by contacting the individual listed on this RFQ.

In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/.

Questions regarding this RFQ must be submitted via email to Staff Sergean Marvin T. Jean at [email protected]. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. HST on 22 August 2018. Quotations received after the due date and time will not be considered for award.

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Mar 2021 at 4 AM
Raleigh North carolina 15 Mar 2018 at 5 PM
Location Unknown 23 May 2017 at 8 PM
Ridgecrest California 02 Jul 2018 at 8 PM
Location Unknown 30 Aug 2017 at 8 PM

Similar Opportunities

Lackland air force base Texas 11 Jul 2025 at 7 PM
San joaquin California 11 Jul 2025 at 4 AM
Red river Texas 24 Jul 2025 at 4 PM
Redstone arsenal Alabama 08 Aug 2025 at 9 PM