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; a written solicitation will not be issued.
Solicitation/synopsis reference number HQ002881278601 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word âquoterâ substituted for âofferorâ.
Provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 effective 22 Apr 2008 and DFARS Change Notice 20080423.
(1) FAR 52.212-1 (Instructions to Offerors â Commercial Items) (NOV 2007):
(a) Re para (a): NAICS 334310; small business size standard is 750 employees.
(b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance.
(2) FAR 52.212-2 (Evaluation â Commercial Items) (JAN 1999) with the following insertion in para (a) âlowest priced technically acceptable quote with acceptable past performance.â Technical evaluation will be whether quoted items satisfy all requirements in CLINs 0001 thru 0002 descriptions below. The items requested herein are items unique to the manufacturer, and must interface with existing equipment. No substitutions will be accepted.
(3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 19 MAY 2008 IN ORDER TO BE CONSIDERED. Quotations may be emailed 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 youâre sending your quote via electronic means.
(4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications â Commercial Items) (MAR 2005) with Alt 1 (APR 2002) or indication that reps and certs are in ORCA.
CLIN QTY UNIT UNIT PRICE AMOUNT
0001 25 Each
ENCLOSURE P/N: PT1260EX/PP
WATERPROOF; PAN/TILT; EXPLOSION PROOF; INCLUDES:
PRESET POSITIONING; DUST IGNITION PROOF; HEAVY
DUTY W/ANODIZED ALUMINUM PLATE AND STAINLESS
STEEL FASTENERS; LIMIT STOPS INTERNALLY ADJUSTABLE;
C/W: HIGH TORQUE AC MOTORS AND ADJUSTABLE WORM GEAR
FINAL DRIVES; NEMA 4X RATED; UPRIGHT OR INVERTED
OPERATION; F/U/W ELECTRICAL EQUIPMENT CLASS I/II
HAZARDOUS LOCATIONS; MAXIMUM LOAD: 100-LB; PWR RQMTS:
120VAC, 50/60HZ.
Manufacturer: PELCO
FOB Destination 30 days after receipt of order to Gaithersburg, MD
CLIN QTY UNIT UNIT PRICE AMOUNT
0002 25 Each
ENCLOSURE P/N: EH8106
CAMERA; CCTV; SOLID-STATE CCD TYPE W/FIXED FOCAL
LENGTH OR MOTORIZED ZOOM LENSES; ENVIRONMENTALLY
SEALED AND PRESSURIZED; INDOOR/OUTDOOR
APPLICATIONS; 6-IN INSIDE DIAMETER; 20-IN LOWER
BODY LENGTH; CAN BE USED W/FIXED MOUNTS OR
PAN/TILT HEADS; THERMOSTAT CONTROLLED HEATERS;
LENS PRESET CAPABILITIES; ALUMINUM 6061 T6
CONSTRUCTION; GRAY POLYESTER POWDER COAT FINISH;
ADJUSTABLE MOUNTING CRADLE; REAR LOCATED MS-TYPE
CONNECTOR FOR POWER, VIDEO AND LENS CONTROL
CABLES; MAXIMUM CABLE DISTANCES: 886-FT (20 AWG)
TO 2238-FT (16 AWG); FRONT WINDOW: 0.225-IN
THICK TEMPERED GLASS; CAMERA MOUNTING: MULTIPLE
MOUNTING HOLES ON CAMERA SLED; MAXIMUM CAMERA AND
LENS SIZE COMBINATION W/BNC CONNECTOR: 18-IN L X
4-IN W X 4-IN H OR 18-IN L X 5-IN DIAMETER; PWR
RQMTS: 120VAC, 60HZ.
Manufacturer: PELCO
FOB Destination 30 days after receipt of order to Gaithersburg, MD
The Government will consider quotes only from âauthorized resellersâ of PELCO. The contractor must bid on ALL items and must be quoted FOB Destination. This will be a brand name only procurement. Substitutes will not be accepted based on the following justification: Items must interface with existing equipment and are components of a standardized system.
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.
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) (FEB 2007)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (DEC 2007)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage 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 2007)
DFARS 252.246-7000 (Material Inspection and Receiving Report) (JAN 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