Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

70 -- Vehicle Mounts for Laptop Computers

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-Q-6005
 
Response Due
8/24/2006
 
Archive Date
9/8/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-12. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Service-Disabled Veteran-Owned Small Business. This is firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-6005. The NAICS code 541519 applies to this solicitation. The size standard is $23,000,000 The item description is as follows: CLIN 001: Vehicle Mounts for Laptop Computers: 25 Each. STATEMENT OF WORK 1. SCOPE: The work covered by the provisions of this contract consists of furnishing all labor related to installation of equipment. The contractor is responsible for: a. Providing an estimate (The Government reserves the right to not accept the estimate and stop at this point at no expense). b. Upon notification to proceed, coordinate installation/repair time with authorized Government personnel. c. Collecting materials from the authorized government representative. d. Completing the job in accordance with all federal, state, and local codes. 2. MATERIALS: All material related to the installation of the laptop mounts will be provided by the contractor. Requested materials are as follows: --Base Plate for Pick-up --9?pole bottom, attaches to base mount --9?top plate, inserts into pole bottom --Tilt/swivel device, with positive lock feature --The Itronic GoGook, GoBookII, and the GoBook III, HP nr3600 computer dock featuring all metal construction, easy vertical insertion and removal, one handed unlatching capability, and low glare black power-coated surface, 2USB ports, 1RF Connection (SMA) and Power Connector (12VDC wired directly to the dock) (NO tilt-swivel include) --Wiring Harness and Misc. components for installs --Digital Voltage Armor Protection Device Without UPS Battery Pack-Reverse polarity protection-over voltage disconnect-emergency bypass with auto reset-selectable time out delay shut off. Shut off can be disabled in fire department application where shoreline power is in use. --Support tube, for use with LE-B-1052 base mount to stabilize the mount in high vibration areas. --Black Molded polymer base, closed coil 2.4 GHZ collinear antenna, 5DB gain, 2.2-2.9 GHZ Mount /cable assembly sold separately --Permanent mount base for MAXC-24505 ?3/4?SS MT, Ml195 Cable, TNC Crimp Connector (For through roof mounting). --TNC Female to SMA Male Adapter for Itronix RF Connector 3. LOCATION: This work is to be accomplished at Seymour Johnson AFB for the 4th AMX Squadron. 4. WORKMANSHIP: All workmanship will comply with the standard trade practices. The contractor shall provide qualified personnel, equipment, and services required to install laptop mounts. 5. CLEANUP: The contractor is responsible to return all vehicles to the condition in which they were found. 6. WARRANTY: The Contractor will guarantee all workmanship for a period of one year from the completion of work. 7. EMPLOYEES: The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: (http://www.dol.gov/compliance/guide/aw.htm#whowhich) The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 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, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101 Ombudsman. Primary Point of Contact is TSgt Brian Cooper at (919) 722-5405 and Alternate is 1st Lt. Bruce Herbert at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 24 Aug 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only.
 
Place of Performance
Address: 4th Contracting Squadron, 1695 Wright Brothers AVE., Goldsboro, NC 27531
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01117977-W 20060819/060817220816 (fbodaily.com)
 
Source
FedBizOpps 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.