Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2002 FBO #0302
SOLICITATION NOTICE

W -- Rental of One (1) Large Mobile Video Screen

Notice Date
9/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
F26600-03-Q-B001
 
Point of Contact
Suzanne Davenport, Contract Specialist, Phone 7026529573, Fax 7026525405, - Patrick McKeown, Contracts Manager, Phone 702-652-5354, Fax 702-652-5405,
 
E-Mail Address
suzanneD@nellis.af.mil, patrick.mckeown@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 (F26600-03-Q-B001) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-09. This acquisition is set aside exclusively for small business concerns. The NAICS code for this solicitation is 532490. FAR 19 classifies small businesses as those that gross equal to or less than $5 million annually based on the average of the offerors past three fiscal years. The item description is as follows: Non-personal service to provide all labor, tools, parts, materials, facilities, transportation, and necessary equipment to furnish, set up, and operate one (1) large portable video screen for outdoor aerial bombing demonstrations to include one (1) year and three (3) option years. Proposed projected demonstration dates are: 11 October 2002, 7 February 2003, 9 May 2003, and 25 July 2003 at Indian Springs Auxiliary Air Field Point Bravo, Nevada (27 miles north of Las Vegas). Screen must be able to be raised up to 30 feet in height. Screen needs to be mounted on a low-boy trailer so as not to obstruct audience view of bombing range. Screen must be able to rotate 360 degrees when extended. Requires technicians, crew, and equipment transportation for the Capstone Firepower Demonstration. The video screen must be in place and operational no later than 10:00 am PST one day prior to each demonstration. Primary power generation will be supplied by the contractor. Utilities for backup power generation will be provided by the government. All commercial video signals and editing will be provided by the government. The video screen shall be delivered to Indian Springs Auxiliary Field Air Field Point Bravo approximately 27 miles north of Las Vegas, Nevada. Quotes submitted should include all costs and personnel necessary to deliver, set up, and disassemble a large video screen that will meet the government?s requirements. Quotations should be a firm fixed price. AWARD IS CONTINGENT UPON FISCAL YEAR 2003 FUNDING. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Evaluation factors include screen size, price, and past performance. Offerors must include descriptive literature with their offers. Offerors failing to provide descriptive literature with their offers will be considered nonresponsive. Descriptive literature submitted must list the basic screen specifications so that screen size can be verified and a comparison made between models offered to determine best value. Offerors must fax or e-mail their offers and descriptive literature by 2:00 pm PST on Thursday, 3 October 2002. Offerors may include date award must be made in order to reserve the video screen for performance period. Past performance information shall be required prior to award. The following provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items (Offerors who fail to submit completed Representations and Certifications may be considered non-responsive); FAR 52.214-21, Descriptive Literature; and DFARS 252.204-7004, Required Central Contractor Registration. Lack of Registration in Central Contract or Registration (CCR) will make an offeror ineligible for award. For solicitations after 1 June 98, all contractors are required to be registered in the CCR database to receive a DOD award or payment. In order to register, the contractor must have a DUNS#, available at (800)-333-0505, or can register via Internet at http://www.ccr.gov . This takes approximately 48 hours; all other methods take approximately 30 days. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Specifically, the following cited clauses are applicable: FAR 52.222-3, Convict Labor; FAR 52.233-3, Protest After Award; FAR 52.222-35, Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era; 52.232-18, Availability of Funds; and FAR 52.222-41, Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965 and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and state the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. The following clauses also apply to this solicitation: FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.204-7004-Required Central Contractor Registration; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil. A copy of the wage determination No. 94-2331 Rev (20) (5/29/2002) and FAR 52.212-3, Representations and Certifications are located on www.eps.gov. Contact Suzanne Davenport, Contract Administrator, at (702) 652-9573 or by e-mail at suzanned@nellis.af.mil or Major Patrick McKeown, Contracting Officer, at (702) 652-5354 or by e-mail at Patrick.Mckeown@nellis.af.mil for information regarding this combined synopsis/solicitation. The fax number is (702) 652-5405. This combined synopsis/solicitation can also be accessed via Internet on the Electronic Posting System, www.eps.gov by 12:00 pm PST on 28 September 2002.
 
Place of Performance
Address: Indian Springs Auxiliary Air Field Point Bravo, Nevada
Country: USA
 
Record
SN00178211-W 20020930/020928213055 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.