Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
MODIFICATION

N -- AMC Contracting Flight Conference Room Upgrade

Notice Date
9/22/2005
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-05-Q-A505
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Point of Contact
Matt Bowen, Contracting Officer, Phone (618)256-4393,
 
E-Mail Address
matt.bowen@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMC Contracting Flight intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. 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 quotation is being requested and a separate written request for quotation will not be issued. This is a 100% small business set aside. The North American Industry Classification System (NAICS) for this acquisition is 238210 with a Small Business Size Standard of $12,000,000. Please identify your business size in your response based upon this standard. This is a Brand Name or Equal Competition Requirement. The solicitation number for this announcement is FA4452-05-Q-A505. This AMC Contracting Flight Conference Room Upgrade Requirement is for Brand Name or Equal for the following items: QTY 1, Mitsubishi 2000 Lumen LCD Projector; QTY 1, Chief Ceiling Mount; QTY 1, Chief 8? Ceiling Plate; QTY 1, Extron 75? Plenum VGA Cable; QTY 2, Extron 75? Plenum Video Cable; QTY 4, JBL 8? 2-Way Vented Speaker; QTY 1, DA-LITE 32? Providence MM Lectern; QTY 1; Creston Compact Control System; QTY 1, Creston 5.7? Color Touchpanel; QTY 1, Creston 1-Way RF Gateway; QTY 1, TOA 240W Mixer/Amp; QTY 1, JBL Slot-Loaded Vented Subwoofer; QTY 1, Samsung 15? LCD Monitor; and QTY 1, Extron SW2 VGA Ars Switcher; Cables, Connectors, and Hardware; Creston Programming; Installation, Testing, and Training; Shipping, Handling, Delivery. Delivery is to be made within 30 days after receipt of order on an FOB Destination basis. Information shall be provided in a format that reflects the price per item and a total price. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The provision at FAR 52-212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification?Commercial Items, with their offer. The following clauses apply: FAR 52.211-6, Brand Name or Equal, and FAR 52.214-21, Descriptive Literature. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders?Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-3 Alt I; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-34, F.o.b. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.204-7004, Required Central Contractor Registration (CCR); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). All offers are due to this agency no later than 4:00 p.m., Central Daylight Time (CDT), 23 September 2005. Send all offers to Matt Bowen, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to Matt.Bowen@scott.af.mil. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made.
 
Place of Performance
Address: AMC Contracting Flight, 507 Symington Drive Room W202, Scott AFB IL,
Zip Code: 62225-5015
 
Record
SN00901616-W 20050924/050922212205 (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.