Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
MODIFICATION

59 -- Projection System and Equipment

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
F4FTBD6214A100
 
Response Due
9/22/2006
 
Point of Contact
Darla Curnutte, Contract Specialist, Phone (937) 522-4611, Fax (937) 656-1412,
 
E-Mail Address
darla.curnutte@wpafb.af.mil
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
UPDATE 14 SEP 06: This is a combined synopsis/solicitation for Historically Underutilized Business Zone (HUBZone) small businesses for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8601-06-R-0079 and is issued as Attachment 1, Additional Terms and Conditions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12, Effective 04 Aug 2006 and Class Deviation 2005-o0001. The Contracting Squadron, 88 CONS/PKBA, will make the following acquisition: The solicitation issue date is 14 Sep 06 and will close 22 Sep 06 at 3:00 p.m. EST to provide all equipment, tools, labor, transportation, materiel, parts, cables, connectors, hardware, etc. necessary to upgrade two conference rooms. The acquisition is for the National Air and Space Intelligence Center (NASIC), 41801 Watson Way, Area C at Wright-Patterson Air Force Base, OH with delivery requested within 9 weeks of contract award. CLIN 0001 Equipment CLIN 0002 Labor BRAND NAME JUSTIFICATION (Attachment 7): NASIC currently has six Crestron Control Systems installed in their conference room and auditoriums. Restricting this acquisition to the same brand of control systems will provide interchangeability of attachments and accessories with existing equipment interfaces. Vendor shall quote all or none of the listed items. The Government will evaluate equally, as regards to time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. Specific requirements will include, but are not limited to the following: Upgrade two conference room with Barco equipment as specified in the attached statement of work. The contractor shall be responsible for maintaining a clean work area on a daily basis. Combustible waste shall be disposed of accordingly at the end of each workday and not allowed to accumulate. All work areas shall be kept clean and orderly at all times. Remove all equipment, drums, containers, and barricades and all other construction materiel upon contract completion. The quotes for the four options must be valid for 60 days after award. The North American Industry Classification System (NAICS) code for this acquisition is 334310, with an associated size standard of 750 employees. The attachments to this document, Request for Purchase(RFP), Statement of Work (2), and additional terms and conditions will be posted on the ASC Preaward Information Exchange System (PIXS) at the web site: http://www.pixs.wpafb.af.mil. This RFP can be downloaded and printed from the World Wide Web at the address above. After the solicitation has been posted, it is incumbent upon the interested parties to review the web site frequently for updates to the documents. Only HUBZone small business sources may submit a proposal and shall be considered. Facsimile or alternate proposals are not acceptable. Contractors must be registered in the Central Contractor Registry (CCR) prior to award for solicitations issued after 31 May 98. The web site for the CCR is http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The telephone number for CCR is 1-888-CCR-2423 and the Fax number is 1-703-696-0213. 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996) (a) A pre-bid/pre-proposal conference will be conducted atR) prior to award for solicitations issued after 31 May 98. The web site for the CCR is http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The telephone number for CCR is 1-888-CCR-2423 and the Fax number is 1-703-696-0213. 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996) (a) A pre-bid/pre-proposal conference will be conducted at National Air and Space Intelligence Center, 4180 Watson Way, WPAFB on 19 Sep 06 at 5:00pm EST for the purpose of reviewing the conference space and answering questions regarding this solicitation. All participants are required to assemble in the Parking Lot of Hope Hotel and Conference Center, Building 823 on the side by Packy?s Sports Bar and Grill entrance at 4:45pm EST. Before getting to the Guard Shack at Gate 12A make the right turn, which goes to the Hope Hotel and Conference Center. See attachment 5 for a WPAFB map. (b) Submit the names of all attendees (not to exceed three per company) to Capt Darla Curnutte, Contract Specialist, e-mail: darla.curnutte@wpafb.af.mil before Tuesday, 19 Sep 06 at 9:00am EST. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than Wednesday, 20 Sep 06 at 12:00pm EST. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. Direct all questions concerning this acquisition to Capt Darla Curnutte at (937) 522-4611 or e-mail Darla.Curnutte@wpafb.af.mil. Submit with your proposal the following, completed clauses: 52.212-3 Offeror Representation and Certification ? Commercial Items 252.212-7000 Offeror Representation and Certification ? Commercial Items 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS Attachments: 1. Additional Terms and Conditions 2. Statement of Work ? Arcier Conference Room 3. Statement of Work ? Budian Conference Room 4. Drawings 5. Map of WPAFB 6. FAR/DFAR Representation and Certification 7. Brand Name Justification 8. Arceir Equipment List 9. Budian Equipment List NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/ASC/F4FTBD6214A100/listing.html)
 
Place of Performance
Address: WRIGHT PATTERSON AFB, OHIO
Zip Code: 45444
Country: UNITED STATES
 
Record
SN01160152-F 20061004/061002222212 (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.