Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

75 -- Tandberg VTC

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0055
 
Response Due
8/31/2005
 
Archive Date
9/15/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and 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 H92239-05-T-0055 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 2001-26. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is set-aside for current 8(a)-certified offerors. The NAICS Code is 443112 and the size standard is 500 employees or less. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 - TANDBERG Director MXP ? 67inch NPP & MS, Mfr Part No.: 500900, Mfr: Tandberg, Inc., Quantity: 1 EACH; CLIN 0002 ? 15inch LCD Desktop XGA Resolution Touchpanel, incl. 20ft Cable, Mfr Part No.: 500512, Mfr: Tandberg, Inc., Quantity: 1 EACH; CLIN 0003 - TANDBERG Director MXP ? 67inch NPP & MS On-site Service Agreement, Mfr Part No.: 500900V01D, Mfr: Tandberg, Inc., Quantity: 1 EACH; CLIN 0004 ? 15inch LCD Desktop XGA Resolution Touchpanel Onsite Service Agreement, Mfr Part No.: 500512V01D, Mfr: Tandberg, Inc., Quantity: 1 EACH and CLIN 0005 - TANDBERG Director ? 67inch NPP & MS- Installation and Training Agreement, Mfr Part No.: 500511V07D, Mfr: Tandberg, Inc., Quantity: 1 EACH. Offers of substitute (e.g., OR EQUAL) items to those of the manufacture and items shown in the CLIN descriptions (above) are NOT acceptable and non-conforming supplies will be returned to the contractor at the expense of the contractor. However, all responsive offers will be considered. Offerors of substitute items are encouraged to refer to the Evaluation Factors iterated in FAR 52.212-2 (below) for additional instruction. Where the requested CLINs may be bundled for pricing purposes, the offeror shall explain fully so the Government can ascertain the entire requirement is satisfied. Offers for CLINs 0001 and 0002 must be newly manufactured equipment only. All available standard commercial operating, instructional or user manuals shall be included with items offered. Third-party maintenance agreements (e.g., subcontracts) with regard to CLINs 0003, 0004 and 0005 are allowed. However, the prime contractor shall have complete responsibility for all work performed under any award. Point of delivery and acceptance is HQ USASOC PBO/PCA, Bldg AT-5730 Pratt Street, Fort Bragg, NC 28310. The Required Delivery Date (RDD) is not later than 4:00 p.m.(EST), 30 Sep 2005. Refer to the Evaluation Factors iterated in FAR 52.212-2 for additional instruction regarding delivery. Offers shall be FOB Destination, CLIN pricing shall be inclusive of ground transportation charges. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement with the following clause addenda to paragraphs (a), the Government requires delivery to be made according to the following schedule: CLIN 0001 and 0002, all quantities, 01 Jun 05; and (b), based on the assumption that the successful offeror(s) receive notice of award by 05 Apr 05. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 simplified acquisition procedures apply to this procurement action. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Delivery, and (3) Price. Offers will be evaluated for technical acceptability. Technical acceptability is defined as an offer of supplies that completely satisfy all the specifications/characteristics of the CLINs, an approved BRAND NAME JUSTIFICATION is on record. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity of the offeror and affirmation by the offeror to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve the RDD will be considered. Offerors shall present a detailed delivery schedule for all CLINs or any proposed alternate delivery schedule. Offers will be evaluated for Price. Prices shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than delivery and price combined. The factor of delivery is slightly more important than price. Offers shall remain valid for a minimum of 30 days. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-14, Limitations on Subcontracting. 52.219-17, Section 8(a) Award, is applicable to this requirement with the following clause addenda to paragraphs (a)(2), (a)(4) and (c); insert "USASOC AOCO". 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns, is applicable to this requirement with the following clause addenda to paragraph (d)(2); insert "Offer Awardee" and "USASOC AOCO", respectively. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.246-2 Alt 1, Inspection of Supplies-Fixed Price. FAR 52.247-34, F.o.b. Destination. FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92239-05-T-0055 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) evidence of technical acceptability, delivery schedule and reference; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 11:00 a.m.(EST), 31 Aug 2005. Questions with regard to this RFQ will be accepted from interested offerors up to 10:00 a.m.(EST) 24 Aug 05. Any questions submitted thereafter will be entertained, however, the due date for quotes will not change. Questions should be directed to the John E. Flanders at (910)432-8313, or emailed (preferred) to flanderj@soc.mil. Numbered Note 1 applies to this solicitation.
 
Place of Performance
Address: HQ USASOC, BLDG E-2929, 1 Desert Storm Drive, Fort Bragg, NC 28130
Zip Code: 28130
Country: USA
 
Record
SN00875289-W 20050821/050819213048 (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.