Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOLICITATION NOTICE

58 -- Large Screen Video Display

Notice Date
11/22/2002
 
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-B003
 
Point of Contact
Jennifer West, Contract Specialist, Phone 702-652-2295, Fax 702-652-5405, - Patrick McKeown, Contracts Manager, Phone 702-652-5354, Fax 702-652-5405,
 
E-Mail Address
jennifer.west@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; a written solicitation will not be issued. Award will be made to the responsive offeror submitting the technically acceptable proposal that provides the best value to the government. Vendors are encouraged to submit multiple proposals with multiple technical solutions. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The NAICS code is 532490. This acquisition is set aside exclusively for small business concerns. FAR 19 classifies small businesses as those that gross equal to or less than $6 million annually based on the average of the offeror's 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 large video display screen(s) for outdoor aerial bombing demonstrations to include one (1) basic year and two (2) option years. This solicitation is for a brand name or equal product. Proposed products must be equal to or exceed the following product in performance: Panasonic Astrovision AZ-FT 30 Mobile Truck Screen, FDT technology, pixel pitch is 30mm, pixel density is 1111 pixels/sq meter, brightness is 6000 Nit, horizontal viewing angle is 120 degrees, and viewing range is approximately 39ft-1000ft. Minimum salient characteristics are listed in Attachment 2 to this Synopsis/Solicitation. Projected demonstration dates for the base year are 7 February 2003, 9 May 2003, 25 July 2003, and October 2003. The demonstrations will be held at Indian Springs Auxiliary Air Field Point Bravo, NV (27 miles north of Las Vegas). Each option year will include four (4) shows. The video screen must be in place and operational by 10:00 am PST on the day before each demonstration. Actual event takes place at 12:00 pm PST and lasts approximately one (1) hour. Primary power generation is to be supplied by the contractor. Utilities for back up power generation to be provided by the government. All commercial video signals and editing are to be provided by the government. Live feed is integrated from four different cameras while the audience simultaneously watches the demonstration on the range beyond the screen. The audience size is 3,000. The audience will be seated in bleachers at distances ranging from approximately 172ft to 481ft from the screen. These distances are based on the location used for screen set up at previous demonstrations. Offerors are required to submit their own recommended product, size, and locations to meet government requirements. See the diagram, Attachment 3 to this Synopsis/Solicitation. The screen should not create a substantial obstruction of the range. At a minimum, people seated in Section 1 (see diagram) must be able to view the screen clearly. The screen image must be visible in direct sunlight. Screen quality is a factor, but due to the nature of the demonstration, fine point detail in the picture is not of high importance. The targeted price range is between $10,000-$25,000 per show. Evaluation will be based on technical specifications, past performance and price. Past performance will be based on follow up with references provided by the offeror. Offeror should provide a list of all recent and relevant contracts with performance in the past 2 years. For additional information regarding evaluation factors, please see Attachment 1 to this Synopsis/Solicitation. The following provisions apply to this solicitation: FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instruction to Offerors- Commercial Items; FAR 52-212-3 Offeror, Representations and Certifications-Commercial Items. Offerors who fail to submit a 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 Contractor Registration (CCR) will make an offeror ineligible for award. Register via the Internet at http://www.ccr.gov. The following clauses apply to this solicitation and resulting award: FAR 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 USDC 5341 or 5332. The following clauses also apply to this solicitations: 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 Implements 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 Age Determination No. 94-2331 Rev 20 and FAR 52-222-42, Statement of Equivalent Rates for Federal Hires are Attachments 6 and 7 to this Synopsis/Solicitation. There are seven attachments to this Synopsis/Solicitation. Attachment 1 instructs offerors on proposal submission and the evaluation process. Attachment 2 is the technical specifications and is a required submission. Attachment 3 is a diagram of the demonstration area and is a required submission for each technical solution proposed. Attachment 4 is the price schedule and is a required submission. Attachment 5 is the Representations and Certifications and is a required submission. Proposals must be turned in via electronic mail, fax or US mail by 12:00 pm PST on 11 Dec 02.
 
Place of Performance
Address: Indian Springs Auxiliary Air Field Point Bravo
Zip Code: NV
Country: USA
 
Record
SN00209860-W 20021124/021122213247 (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.