Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2003 FBO #0619
SOLICITATION NOTICE

70 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC code is 334310, SB standard 750 employees. Purchase of various audio and visual equipment.

Notice Date
8/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
DABQ06-03-R-0068
 
Response Due
8/21/2003
 
Archive Date
10/20/2003
 
Point of Contact
Robert Batangan, (808) 438-6535 ext 199
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(Robert.Batangan@shafter.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Proposals are being request ed and a written solicitation will not be issued. The solicitation number DAPC50-03-R-0068 IS ISSUED AS A Request for Proposal (RFP), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North Americ an Industry Classification System code is 334310, with a small business standard of 750 employees. The acquisition is a firm-fixed contract to purchase audio and visual equipment, and provide all labor, materials, equipment, services, warranties, installa tion and integration of audio and visual equipment, to include on-site training, design and engineering services at buildings 525 and 520, Fort Shafter, HI. Audio and visual equipment are as follows: Purchase 4 each, Smartboard 72 inch, PN: SB50; 5 each , Sharp XG-C50X LCD 3000 Lumens Projector, XGA 35; 5 each, Sharp Ceiling Mount Bracket for C50 Projector, PN: AN-XGCM55; 8 each, Extron RGB 109xI, PN: 60-289-01; 1 each, Tandber 6000 Portable W/NPP & MS, PN: 1117053; 1 each, Extron Crosspoint 1616HVA Sw itcher, PN: 60-242-06; Miscellaneous Cables, Wires and Connectors; 1 each, Wall Plates for RGB-109xi, PN: RCI; 1 each, Mounting Hardware, unistruts and electrical for switch; 1 each, Tandberg Rapid Response warranty for 6000, PN: 111705RR; 1 each, Winsted 27 inch rack with wheels, PN: V8403; 8 each, Under desk mount for RGB-109xi, PN: 70-007-01; 4 each, North American Power supply (120v), PN: 60-001; 8 each, Cable Cubby, PN: 60-526-01; 1 each, Sony Pan/Tilt Video Camera, PN: EV1-D100; 2 each Custom Camera M ounting Bracket; 1 each, Extron crosspoint 8x8 RGBHV/NTSC switcher, PN: 60-325-06; 1 each, Mounting Hardware; 2 each, Extron RGB 109xi, PN: 60-289-01; 2 each, Sharp XG-C50X LCD 3000 Lumens Projector, XGA 35, PN: XG-C50X; 2 each, Video Screen 7x9, PN: 40257 ; 1 each, Winsted 56 inch Rack 32RU, PN: V8632 to include service, parts, and operation manuals and provide on-site training on equipment, extend warranty services. Delivery of equipment shall be made FOB destination to Fort Shafter, Hawaii. The provisio ns at FAR 52.212-1, Instructions to Offerors-Commercial, apply. FAR 52.212-2 Evaluation Commercial Items As a minimum, the proposal shall contain (1) Descriptive Literature to determine product acceptability; (2) Listing of past performance (contract ref erences, include name/address/phone); (3) Ability to meet the delivery schedule; (4) Ability to provide on-site training; (5) Warranty Services; (6) Installation; and (7) Price/Cost of the Brand name or equal as described in contract line items (CLINs) 000 1 and 0025. Offerors who fail to follow the format and requirements listed in 1 through 5 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be considered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance, ability to provide on-site training, warranty service and acceptable past performance and ability to meet the delivery schedule. The governmen t may award a contract based on initial offers received, without discussion of such offers; therefore, initial offer should contain the offerors best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provis ion at FAR 51.212-3, Offeror Representations and Certifications Commercial Items and 52.212-7000 Offeror Representations and Certifications Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items is app licable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.203-6, Restrictions on Subcont ractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee adjustment for Illegal or Improper Activity 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52. 222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Eval uation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recycled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 C ontract Terms and Conditions Required to Implement Statutes; 52.232-0017 Interest; 52.232-0033 Payment by Electronic Funds Transfer Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Pr otest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, 52.211-9, DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) DESIRED DELIVERY SCHEDULE, CLINs 0001 and 0025, 30 days after date of award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, pr opose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE Item 0001 and 0025 wit hin 60 days after date of award. The Defense Priorities and Allocations System (DPAS) does not apply. Descriptive literature and past performance shall be mailed or faxed to the Army Contracting Agency, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 08/21/2003, 12:00 P.M. Hawaii Standard Time. For information regarding this solicitation, contact Robert Batangan (808) 438-6535, extension 199. All responsible source s may submit an offer. No telephonic requests for the solicitation package will be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00396277-W 20030810/030808213801 (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.