Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

67 -- LCD HD TELEVISIONS

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN07T0011
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (see note before for RFQ) Solicitation W912LN07T0011 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-18 . This procurement is a total small business set-aside. The NACIS code and small business size standard for this procurement are 443112 and 500 employees respectively. The vendor must state in their quotation their size for this procurement. USPFO for Ve rmont, VT-PFO-PC has a Firm Fixed Price requirement for the requisition of 9 each Sony 52 XBR3 LCD HDTV (model # KDL52XBR3), 9 each Sanus System Expandable Tilting Wall Mounts (model # VMPL3B), 6 each Sony 40 XBR3 LCD HDTV (model # KDL40XBR3), and 6 each Sanus System Vision Mount Universal (model # MT25-B1). Brand Name or Equal. Whenever a brand name is used, it is used for informational purposes and is intended to describe an expected standard of quality. A copy of the RFQ is available via email reque st to jen.huyler@us.army.mil, via phone at 802-338-3188, or fax at 802-338-3184. The following clauses and provisions can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offers-Commercial. Offers must include with their offer a completed copy of provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. On- line registration is available at http://orca.bpn.gov ; DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions required to Im plement Statutes or Executive Orders-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child LaborCooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equ al Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-3 Buy American ActFree Trade AgreementsIsraeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.232-34, Pa yment by Electronic Funds Transfer-Other the Central Contractor Registration; 52.232-36, Payment by Third Party; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Offers must be sent in writing/FAX/Email to the Co ntracting Officer above not later than 4:00pm 13 August 2007. Award will be made on or about 24 August 2007. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. The government will award a contract resulting from this solicitation to a responsible vendor whose quote conforms to this solicitation and is considered most advant ageous to the Government. Technical acceptability will be determined by information submitted by the vendor providing a description in sufficient detail to show that the product quoted meets the Governments minimum requirement. . If any of the items bei ng quoted are under GSA schedule, provide the schedule number and ordering information. All responsible sources may submit an offer, which, if timely received w ill be considered.
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
Country: US
 
Record
SN01356479-W 20070801/070730221759 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.