Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

59 -- Sound System

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS, 460 CONS, 320 N. Beaver Creek St (MS 84), Buckley AFB, CO, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
FA2543-03-Q-0006
 
Response Due
7/7/2003
 
Archive Date
7/22/2003
 
Point of Contact
George Jackson, Contracting Specialist, Phone 303-677-6452, Fax 303-677-6443, - Susan Welch, Contracting Specialist, Phone 303-677-6447, Fax 303-677-6443,
 
E-Mail Address
george.jackson@buckley.af.mil, susan.welch@buckley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for a commercial item is prepared in accordance with 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. Solicitation FA2543-03-Q-0006 is a Request for Quote (RFQ). This procurement is being issued as 100% SMALL BUSINESS set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and Defense Acquisition Circular 91-13. North American Industrial Classification System Code 512290, and size standard 500 employees applies to the solicitation. The government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 12, Acquisition of Commercial Items. 460 CONS/LGCB, Buckley AFB, CO, has a requirement for purchase of the following items: LINE ITEM 0001: Proxima XGA 3500 Lumen Projector, DP6970, QTY 1 EA; UNIT PRICE: ___________ EXT PRICE: ___________; LINE ITEM 0002: Ceiling Mount Plate, RPA-990; QTY 1 EA, UNIT PRICE _____________ EXT PRICE: ____________; LINE ITEM 0003: Suspension Adaptor, CMA-105 QTY 1 EA, UNIT PRICE___________ EXT PRICE_____________; LINE ITEM 0004: VGA Cable, M1327-25; QTY 1 EA, UNIT PRICE___________ EXT PRICE____________; LINE ITEM 0005: Raxxess 10 Space Wall Rack System QTY 2 EA, UNIT PRICE_____________ EXT PRICE _____________; LINE ITEM 0006: Digital Tuner, P-FA QTY 2 EA, UNIT PRICE___________ EXT PRICE____________; LINE ITEM 0007: Da-Lite Model B Projection Screen, 74647 QTY 1 EA, UNIT PRICE____________ EXT PRICE___________; LINE ITEM 0008: Bose Freespace E4 Multi Zone Amplifier, 029095, QTY 1 EA, UNIT PRICE_____________ EXT PRICE____________; LINE ITEM 0009: Bose User Interface, 029856, UNIT PRICE____________ EXT PRICE_____________; LINE ITEM 0010: Rack Mount for E4, 029858, UNIT PRICE______________ EXT PRICE______________; LINE ITEM 0011: Sony DVD/VCR Combo, SONSHUR7365, QTY 1 EA UNIT PRICE__________ EXT PRICE__________; LINE ITEM 0012: Bose 1800IV Professional Power Amplifier, 022369, QTY 1 EA UNIT PRICE_______________ EXT PRICE _____________; LINE ITEM 0013: Bose Panary 302 A Speakers, 025603, QTY 12 EA UNIT PRICE___________ EXT PRICE__________; LINE ITEM 0014: Shure Handheld Microphone, SM58, QTY 1 EA UNIT PRICE__________ EXT PRICE__________; LINE ITEM 0015: Shure Wireless Headset Microphone, UT1420, QTY 1 EA UNIT PRICE____________ EXT PRICE____________; LINE ITEM 0016: Eurorack 8 Channel Mixing Board, MX802A, QTY 1 EA UNIT PRICE___________ EXT PRICE____________; LINE ITEM 0017: Installation, QTY 1 EA UNIT PRICE__________ EXT PRICE____________; Estimated Delivery Date: ______________ ARO; FOB Destination Buckley AFB Colorado 80011-9509. Contractor shall submit all applicable warranty information. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items shall be completed and submitted with the proposal (complete provision in full text below), FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items, FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternated 1; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement ], 52.223-2, Hazardous Material Identification and Material Safety Data (complete clause in full text below). 252-204-7004 Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Terms [252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American—North American Free Trade Agreement Implementation Act—Balance of Payments Program]; 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. In addition, the following provision is also applicable to this acquisition: 52.211-6 Brand Name or Equal. The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. All quote must include the following information: Company’s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company’s CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering best price. Potential contractors must be registered in the Central Contractor Registry, http://www.ccr.gov/ to be eligible for award. All responsible small business sources may submit an offer, which shall be considered by the agency. Offers are due no later than 2:00 PM MST 07 July 2003 at 460 CONS/LGCB, Attn: George L. Jackson III, 320 N. Beaver Creek St, MS92, Buckley AFB, CO 80011-9509 or george.jackson@buckley.af.mil. Quotes may be faxed to (303) 677-6443. Offerors are encouraged to put all inquires in writing and fax or email them directly to the Contracting Officer, Susan J. Welch at (303) 677-6447, susan.welch@buckley.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/821CONS/FA2543-03-Q-0006/listing.html)
 
Place of Performance
Address: Buckley AFB CO
Zip Code: 80011
 
Record
SN00355367-F 20030625/030623222044 (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.