Federal Bid

Last Updated on 30 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

Haivision System

Solicitation ID FA4608-14-Q-9023
Posted Date 09 Sep 2014 at 9 PM
Archive Date 30 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4608 2 Cons Lgc
Agency Department Of Defense
Location United states
 

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; quotes are being requested and a written solicitation will not be issued.  This solicitation, FA4608-14-Q-0023, is being issued as a Request for Quotation (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-76 effective 25 August 2014).  This procurement is a 100% Small Business Set Aside.  The NAICS code is 334310 and the small business size standard is 750 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents.  You will not be eligible to receive an award if you are not in the System for Award Management database and listed as a small business under the aforementioned NAICS. (Reference: DFARS 252.204-7004, Alt A System for Award Management). The following commercial items are requested in this solicitation.

 

The items being procured are:

 

9 EA: MA1-B-292D-HD2, Advanced Maintenance Program for one year for B-292D-HD2. Manufactured by Haivision.

9 EA: MA1-B-292E-HDSDI2, Advanced Maintenance Program for one year for B-292E-HDSDI2. Manufactured by Haivision.

 3 EA: MA1-F-MB6X-RAC, Advanced Maintenance Program for one year for MA1-F-MB6X-RAC. Manufactured by Haivision.

9 EA: B-292D-HD2, Makito X Dual Decoder Blade - Dual HD/SD H.264 IP Video Decoder. Manufactured by Haivision.

9 EA: B-292E-HDSDI2, Makito X Dual SDI Encoder Blade - H.264 High Profile Dual Channel IP Video. Manufactured by Haivision.

3 EA: F-MB6X-RAC, MB6 - Makito X/Makito/Barracuda/Torpedo2 6 Slot Chassis Manufactured by Haivision.

 

Note: This is a Brand Name requirement.  No other equivalent items will be evaluated. Brand Name and Price will be used to evaluate quotes. Technical factors are as follows: Exact Brand Name Item; Price

 

The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer.  The offer shall list unit prices, total for each part number, and an overall totaled price.  Delivery requirements:  FOB Destination quotations are the only quotes that will be accepted.   FOB origin offers will not be considered.  Delivery date of 30 days after receipt of award shall be acceptable.

 

Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies.  Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/.  THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS.  Offers will be evaluated on price and technical acceptability.  The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.  If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered.  Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.


Additionally the following clauses and provisions apply to this acquisition:

52.202-1 Definitions

52.203-3 Gratuities

52.203-6 Alt I Restrictions on Subcontractor Sales to the Government

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.203-12 Limitation on Payments to Influence Certain Federal Transactions

52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights

52.204-4 Printed or Copied Double-Sided on Recycled Paper

52.204-7 System for Award Management

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance

52.207-2 Notice of Streamlined Competition

52.207-4 Economic Purchase Quantity - Supplies

52.209-5 Certification Regarding Responsibility Matters

52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred,

Suspended, or Proposed for Debarment

52.209-7 Information Regarding Responsibility Matters

52.212-1 Instructions to Offerors - Commercial Items

52.212-2 Evaluation - Commercial Items

52.212-3 Offeror Representations and Certification - Commercial Items52.212-4 Contract Terms             and Conditions 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

52.214-13 Telegraphic Bids

52.214-31 Facsimile Bids

52.215-8 Order of Precedence -- Uniform Contract Format

52.219-1 Alt I Small Business Program Representations

52.219-6 Notice of Total Small Business Aside

52.219-8 Utilization of Small Business Concerns

52.219-28 Post-Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor-Cooperation with Authorities and Remedies

52.222-20 Walsh-Healey Public Contracts Act

52.222-21 Prohibition of Segregated Facilities

52.222-22 Previous Contracts and Compliance Reports

52.222-25 Affirmative Action Compliance

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

52.222-50 Combating Trafficking Persons

52.223-6 Drug Free Workplace

52.223-18 Contractor Policy to Ban Text Messaging While Driving

52.225-1 Buy American Act--Supplies

52.225-2 Buy American Act Certificate

52.225-13 Restrictions on Certain Foreign Purchases

52.225-18 Place of Manufacture

52.229-3 Federal, State, and Local Taxes

52.232-1 Payments

52.232-8 Discounts for Prompt Payment

52.232-11 Extras

52.232-23 Assignment of Claims

52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration

52.232-39 Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payment to Small Business Subcontractors

52.233-1 Disputes

52.233-3 Protest after Award

52.233-4 Applicable Law of Breach of Contract Claim

52.243-1 Changes - Fixed Price

52.246-2 Inspection of Supplies - Fixed Price

52.246-16 Responsibility for Supplies

52.247-34 FOB Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

52.252-3 Alterations in Solicitation

52.252-4 Alterations in Contract

52.252-5 Authorized Deviations in Provisions

52.252-6 Authorized Deviations in Clauses

 

Applicable DFARS clauses included:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7002 Payment for Subline Items Not Separately Priced

252.204-7004 Alt A, System for Award Management

252.204-7011 Alternative Line Item Structure

252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country

252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country

252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

252.211-7005 Substitutions for Military or Federal Specifications and Standards

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing of Contract Modifications

252.244-7000 Subcontracts for Commercial Items

252.246-7000 Material Inspection and Receiving Report

252.247-7007 Liability and Insurance

 

Applicable AFFARS clauses included:

 

5352.201-9101 Ombudsman

5352.223-9001 Health and Safety on Government Installations (Jun 1997)

5352.242-9000 Contractor Access to Air Force Installations


The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/.  Offers must be received NLT 12:00 PM (CST), 15 September 2014, 2 CONS/LGCC, 41 Vandenberg Ave, Barksdale AFB, LA 71110.  Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Karina Reyes at (318) 456-2629.  Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered.  Please refer any questions to Karina Reyes, Contracting Specialist, at (318) 456-2201, [email protected] or Steven Huffines, Contracting Officer, at (318) 456-6887, [email protected].

Bid Protests Not Available

Similar Past Bids

Independence West virginia 04 Sep 2013 at 6 PM
Gilbert West virginia 19 Jun 2017 at 3 PM
Kirtland air force base New mexico 24 Sep 2015 at 4 PM
San diego California 13 Jun 2017 at 3 PM
Eglin air force base Florida 12 Feb 2018 at 1 PM

Similar Opportunities

Philadelphia Pennsylvania 16 Jul 2025 at 10 PM