Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
MODIFICATION

W -- Truck mounted display screen

Notice Date
8/15/2007
 
Notice Type
Modification
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
89191-7063
 
Solicitation Number
7199
 
Response Due
8/15/2007
 
Archive Date
8/30/2007
 
Point of Contact
Nathean Stoner, Contract Specialist, Phone 702-652-8402, Fax 702-652-5405,
 
E-Mail Address
nathean.stoner@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement, Large Display Screens, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This Request for Quotation is a small business set-aside. The NAICS code for this solicitation is 532490. The small business size standard under this NAICS code is $6.5 Million Annually. This is a commercial purchase. The contractor shall provide all labor, tool, training, supplies and equipment to lease, deliver and setup the required video monitors. Contractor?s quotes shall include pricing for the following line items: CLIN 0001 - 1 Each, Rental of one (1) Large Jumbotron screen (sample size 22?x 30? or largest available). Screen must be able to be raised as not to obstruct audience?s view of bombing range. Screen image must be visible in direct sunlight. This screen must be in place and operational no later than 10:00 A.M the day prior to the actual event for rehearsal, 13 Sept 2007. Fire Power Demonstration shall be on 14 Sept 2007, which will be held at Nevada Test and Training Range 63, Point Bravo, NV (27 Miles north of Las Vegas). Video Display Screen is to be shipped FOB destination (shipping costs are to be included in the price of the item) to Indian Springs Auxiliary Air Field Point Bravo CLIN 0002 - 1 Each, Rental of one (1) Large Jumbotron screen (Maximum height of screen is 17 ft). Screen must be able to be raised as not to obstruct audience?s view of bombing range. Screen image must be visible in direct sunlight. This screen must be in place and operational no later than 10:00 A.M the day prior to the actual event for rehearsal, 13 Sept 2007. Fire Power Demonstration shall be on 14 Sept 2007, which will be held at Nevada Test and Training Range 63, Point Bravo, NV (27 Miles north of Las Vegas). Video Display Screen is to be shipped FOB destination (shipping costs are to be included in the price of the item) to Indian Springs Auxiliary Air Field Point Bravo CLIN 0003 - 1 Each, Rental of one (1) Jumbotron screen (sample size12?x 16?or smaller). Screen must be able to be raised as not to obstruct audience?s view of bombing range. Screen image must be visible in direct sunlight. This screen shall be setup at Nellis AFB no later 0800 14 Sept 2007. CLIN 0004 ? cost for 1 additional day for CLIN 0001, 12 Sept 2007, CLIN 0005 ? cost for 1 additional day for CLIN 0003, 12 Sept 2007, All screens shall meet the following minimum requirements: Pixel pitch: Correct pitch to provide a high quality display for motion picture displayed in sunlight, Aspect ratio 4:3 Audio and video inputs to support the following: BNC video outputs, as well as triax video outputs, and a VGA input. Quotes should be in the following format; price for each line item independently. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Submit quotation on company letterhead utilizing the CLIN structure above; also provide documents verifying your companys ability to meet the qualification standards stated. FAR provision 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate the offer: Technical Capability, Price, and Delivery Schedule. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.219-28 is a new contract clause implemented 30 June 2007. If your CCR Registration and ORCA Reps & Certs do not include a size representation for this NAICS code, you must submit the rerepresentation at 52.219-28(g) in accordance with the instructions in the clause. Please note all offerors must submit 52.212-3(k) even if ORCA registered; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003; Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, AFFARS 5353.201-9101 Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:00 p.m., Pacific Daylight Time, on 15 August 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/99CONS/7199/listing.html)
 
Place of Performance
Address: Nellis AFB Las Vegas Nv
Zip Code: 89191
Country: UNITED STATES
 
Record
SN01374362-F 20070817/070815230815 (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.