Federal Bid

Last Updated on 09 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Camp pendleton California

Teleconferencing Equipment

Solicitation ID N68094-14-RC-AM104
Posted Date 18 Sep 2014 at 5 PM
Archive Date 09 Oct 2014 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 Camp pendleton California United states

Combined Synopsis/Solicitation
Solicitation Number: N68094-14-RC-AM104
Purchase Description: VIDEOTELECONFERENCING EQUIPMENT

 


This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as an "100% small business set-aside.

The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-14-RC-1M104, as a Request for Quote (RFQ) or Offers using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "334310", with a small business standard of "750" employees.

The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140828 effective August 28, 2014.

DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.

PROVIDE "ATTACHED DESCRIPTION OF ITEMS/SERVICES" OR:

CLIN 0001 : POLYCOM-HDX 7000 720 MFG#: 7200-23130-001

Quantity Unit of Issue Unit Price Extended Price
6 EA

tiny_mce_marker

______________

tiny_mce_marker

___________________

MANUFACTURER: POLYCOM
PRODUCT# 7200-23130-001

CLIN 0002 : SONY 60" KDL60W850B LCD MFG#: KLD60W850B

Quantity Unit of Issue Unit Price Extended Price
12 EA

tiny_mce_marker

_______________

tiny_mce_marker

___________________

MANUFACTURER: SONY
PRODUCT# KDL60W850B

CLIN 0003 : VADDIO WALL MNT F/EVI-D70 D100 BLK, MFG#: 535-2000-205B

Quantity Unit of Issue Unit Price Extended Price
12 EA

tiny_mce_marker

_______________

tiny_mce_marker

___________________

MANUFACTURER: VADDIO
PRODUCT# 535-2000-205B

CLIN 0004 : PEERLESS TILT MOUNT 37-60" TAA, MFG#: PT660

Quantity Unit of Issue Unit Price Extended Price
12 EA

tiny_mce_marker

_______________

tiny_mce_marker

___________________

MANUFACTURER: PEERLESS
PRODUCT# PT660

CLIN 0005 : SHIPPING

Quantity Unit of Issue Unit Price Extended Price
1 EA

tiny_mce_marker

_______________

tiny_mce_marker

___________________

MANUFACTURER:
PRODUCT#

TOTAL PRICE:

tiny_mce_marker

________________________


DELIVERY DATE(S): September 30, 2014 (If multiple provide below or "see attached")

PLACE OF DELIVERY:
Naval Hospital Camp Pendleton
Alfonzia Edge
Receiving
Bldg: H-135
Camp Pendleton, 92055-5191
TEL: 760-725-1251

Responses/quotes MUST be received no later than September 24, 2014; 10:00 AM (Pacific Daylight Time). Forward responses by e-mail to [email protected] or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means.

Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/

APPLICABLE FAR CLAUSES:
(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APRIL2014):
(2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the responsible contractor whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria:
(a) Technical Capability: Meets Brand Name Government requirement/specifications as identified within each CLIN. For supplies and equipment the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers.
(b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.

Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror's performance record, the
Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown.
Unacceptable Based on the offeror's performance record, the
Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

 

(3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and
Certifications - Commercial Items) (MAY2014) or indication that offeror representations and certifications are in System for Award Management (SAM).
(4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (MAY2014)
(5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (JUNE2014)

OTHER CLAUSES, TERMS, AND CONDITIONS:

INVOICING INSTRUCTIONS - MANDATORY:

SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAY2013)
(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):
(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293).
(2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information)
(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.
(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF:
(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor.

Routing Table
WAWF Invoice Type COMBO
Contract Number TBD
Delivery Order Number TBD
Issuing Office DODAAC N68094
Admin Office DODAAC N68094
Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A
Ship To DoDAAC (for Combo),
Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094
Acceptance At Other N68094
Local Processing Office (Certifier) N68094
DCAA Office DODAAC (Used on Cost Voucher's only) N/A
Paying Office DODAAC HQ0248
Acceptor/COR Email Address N/A
(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:
Name Email Phone Role
Requesting Activity
WAWF Acceptor

 

 

Bid Protests Not Available

Similar Past Bids

Camp pendleton California 17 Sep 2014 at 9 PM
Camp pendleton California 20 Sep 2014 at 9 PM
Camp pendleton California 15 Sep 2014 at 8 PM
Camp pendleton California 23 Sep 2013 at 4 PM
Camp pendleton California 26 Sep 2013 at 10 PM

Similar Opportunities

Washington District of columbia 16 Aug 2025 at 7 PM