이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] COMCAM EDITING SYSTEMS
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.09.08
원본

 

공고명: COMCAM EDITING SYSTEMS

게시일: 2017/09/07

마감일: 2017/09/18

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

HQ0516710494


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Sep 05, 2017 8:54 pm
COMBINED SYNOPSIS/SOLICITATIONHQ0516710494 Comcam Editing System Title Description(s):COMBINED SYNOPSIS/SOLICITATION 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 is a Brand Name or Equal Procurement. a. Solicitation Number HQ0516710494 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, effective 13 Jan 2017 and DFARS Change Notice 20161222. c. This procurement is brand name or equal associated with NAICS Code 334220 with a size standard of 1250 employees. This procurement is 100% set aside for Small Business. d. Description: THESE ITEMS ARE BRAND NAME OR EQUAL FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN.USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY.NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. CLIN 0001: COMCAM EDITING SYSTEM DESCRIPTION:  KIT IS COMPRISED OF THE ITEMS BELOW AND MUST DELIVERED AS A COMPLETE KIT (ALL ITEMS AT ONCE); COMCAM EDITING SYSTEM, MACBOOK PRO 15, 3-YR APPLECARE, USB-C DOCK, BLUE RAY DRIVE, SMART CARD READER; AS CONFIGURED BELOW (OR EQUAL); 1EA APPLE P/N# Z0SH(MLH42A7), MACBOOK PRO 15-INCH W/TOUCH BAR, SPACE GRAY (Z0SH) 2.7GHZ QUAD-CORE INTEL CORE I7 PROCESSOR, TURBO BOOST UP TO 3.6GHZ, 16GB 2133MHZ MEMORY, 1TB PCIE-BASED SSD, RADEON PRO 460 WITH 4GB MEMORY, BACKLIT KEYBOARD (ENGLISH) AND USER'S GUIDE, FOUR THUNDERBOLT 3 PORTS, TOUCH BAR AND TOUCH ID; 1EA APPLE P/N# MD012LL/A(ACS03), APPLECARE PROTECTION PLAN FOR MACBOOK PRO(MD012LL/A) TOTAL OF 3 YEARS OF CARRY IN HARDWARE WARRANTY SYSTEM LEVEL TELEPHONE SUPPORT; 1EA CALDIGIT P/N# USB-CDOCK-US, USB-C DOCK USB-C X 2, USB 3 TYPE-A X 3, HDMI 2.0, DISPLAYPORT, GIGABIT ETHERNET, AUDIO IN AND OUT, LAPTOP CHARGING; 1EA TRUSTIN TECHNOLOGY P/N# SCM-3500, USB SCM SCR3500 SMART CARD READER(SCR3500)FULL SPEED USB 2.0(12.0 MBPS), CCID COMPLIANT, CERTIFIED BY NIST, LISTED ON THE GSA/NIST FIPS 201 EVALUATION PROGRAM APPROVED, PRODUCTS LIST (APL), TAA APPROVED CAC READER; 1EA PIONEER P/N# BDR-XD05S, EXTERNAL BD-ROM DRIVE, USB 3.0; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 5 EA = $___________________ TOTAL PRICE FOR THIS QUOTE $____________________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at location: FOB DESTINATION FB3047, SAF/PAIDAVID STEELE, 703-692-44271405 AIR FORCE PENTAGON, ROOM 5D950,WASHINGTON DC 20330-1405 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are less than when compared to price. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision) h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.202-1 Definitions (NOV 2013)FAR 52.203-3 Gratuities (APR 1994)FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014)FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006)FAR 52.203-7 Anti-Kickback Procedures (MAY 2014)FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (April 2014)FAR 52.211-5 Material Requirements (August 2000)FAR 52.211-6 Brand Name or Equal (AUG 1999)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2014)FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)FAR 52.222-50 Combating Trafficking in Persons (FEB 2009)FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997)FAR 52.223-4 Recovered Material Certification (MAY 2008)FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007)FAR 52.225-5 Trade Agreements (Nov 2013)FAR 52.225-6 Trade Agreements Certificate (MAY 2014)FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-1 Payments (April 1984)FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012)FAR 52.232-1 PaymentsFAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013)FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.233-1 Disputes (May 2014)FAR 52.243-1 Changes - Fixed Price (August 1987)FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014)DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014)DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013)DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012)DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013)DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008)DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support ContractorsDFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015)DFARS 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.(End of provision) DFARS 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.(End of clause) LOCAL DMC 52.0100-4028 Contract Contact Information) (DMC) (JUN 2005)LOCAL DMC 52.0100-4094 Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006)Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 18 September 2017 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ0516710494 announcement may be telephonically addressed at (951) 413-2381." to  expedite identification of your quote. For assistance or questions about this PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.Primary Point of Contact: Claudio T. Casupang,Contract Specialist claudio.t.casupang2.civ@mail.milPhone : 9514132381Secondary Point of Contact: Susan M. Madrid,Contracting Officersusan.m.madrid@mail.milPhone: 951-413-2371Fax: 951-413-2432Contracting Office Address:DMA -CONTRACTING23755 Z StreetRiverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________                                ______________________________________                                 ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________

 

Please consult the list of document viewers if you cannot open a file.


SALIENT CHARACTERISTICS


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

SALIENT CHARACTERISTICS


Posted Date:

September 5, 2017

 

 

Salient_Characteristics_Editing_System_081817.pdf (81.93 Kb)

Description: SALIENT CHARACTERISTICS

 

Contracting Office Address :

23755 Z Street Riverside, California 92518-2031 United States


Place of Performance :

FB3047, SAF/PAI 1405 AIR FORCE PENTAGON, ROOM 5D950, WASHINGTON , District of Columbia 20330-1405 United States


Primary Point of Contact. :


Claudio T. Casupang,

CONTRACT SPECIALIST

claudio.t.casupang2.civ@mail.mil

Phone: (951


원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=3f3283f1ae013166b001dad2d567e66e&tab=core&_cview=0