Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
MODIFICATION

70 -- Classroom Management System

Notice Date
9/14/2005
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XHD55207A100SOL
 
Response Due
9/21/2005
 
Archive Date
10/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2XHD55207A100 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 (26 Aug 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050726. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of: Two(2) computer classroom management systems. Systems shall utilize hardware and hybrid software to control student workstations for two classrooms. Each classroom has one instructor and 24 student workstations. Minimum system requirements: Instructor image can be transmitted to all, a group of, or individual student monitors, Instructor can receive student image and transmit to other students, Instructor can view each student image, Instructor can control any student computer, and Student keyboard and mouse can be disabled. The requirement includes all end products necessary to link existing desk top computers examples include but are not limited to: Logic Control Board, Mobile Computer Console, Data Flow Device, Trainee hybrid Control Unit, SVGA Cable, Power Supply w/power cord, Console Control Cable Assembly, Splitter, DB9/CAT5 Bus Cable, and Hybrid Software CD?s. Installation is not part of this requirement. Vendor must provide two installation/Operation Manuals. The government anticipates no site visit at this time, please contact TSgt Chad Hankins for classroom drawings.(contact information below) Vendor must provide an estimated time of delivery. Vendor shall provide full specifications details for comparability. Please submit signed and dated quotes on company letterhead with unit prices, full specifications, unit total prices and total offer amount. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database at http://www.ccr.gov/ and Wide Area Workflow at https://wawf.eb.mil/. Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. Only open market quotes will be considered. The acquisition is 100% total set-aside for small business concerns. The North American Industrial Classification System Code is 334119 with a small business size standard of 100 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2004) is incorporated into this RFQ and is addended to add the following clauses: FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2005) applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); and 252.247-7023, Transportation of Supplies by Sea (May 2002). The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); DFARS 252.204-7004, Alternate A (Nov 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, central standard time (CST), 21 September 05. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-2856, ATTN: TSgt Chad Hankins, or emailed to chad.hankins@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to TSgt Chad Hankins (fax and email information above).
 
Place of Performance
Address: Maxwell AFB, AL
Zip Code: 36112-6334
Country: USA
 
Record
SN00894896-W 20050916/050914212030 (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.