Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

T -- AV Upgrade, Professional Broadcasting Equipment

Notice Date
9/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XHE37211A003
 
Response Due
9/25/2007
 
Point of Contact
Victor Victoria, Contract Specialist, Phone 334-953-6513, Fax 334-953-2198, - Emary Head, Contract Specialist, Phone 334-953-7393, Fax 334-953-3543
 
E-Mail Address
victor.victoria@maxwell.af.mil, emary.head@maxwell.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2XHE37211A003 is being issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 date 17 September 2007 and the Defense Federal Acquisition Regulations (DFARS) change notice 20070913. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the Air Force Institute of Technology on Wright-Patterson AFB, Ohio. This acquisition is being issued on an unrestricted basis. The North American Industrial Classification System Code is 423410 with a small business size standard of 500 employees. The following requirements are required to provide AFIT with professional broadcasting equipment to replace/upgrade their existing outdated equipment. This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: 4 Each, Fujinon Teleconferencing Lens Model # A20X8.6BEMD. (Brand Name, See Attachment) CLIN 0002: 4 Each, Sony Wide-Band Portable Camera Control Unit Model # SOCCU550D. (Brand Name) CLIN 0003: 4 Each, Sony Studio Build Kit Unit Model # SOCA905K. (Brand Name) CLIN 0004: 1 Each, Sony Master Set-up Unit Model # SOMSU700A. (Brand Name) CLIN 0005: 4 Each, Sony 12-Bit ADSP Camera Shell Model # SOBVP950. (Brand Name) The desired delivery date is 60 days after date of contract award. Ship the entire quantity to AFIT, 2950 Hobson Way Bldg 641, Room 116 Wright-Patterson AFB, OH. 45433 ATTN: TSgt Cox. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section: (1) price. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5 ?Test Program for Certain Commercial Items.? An offeror will be determined acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government?s best interest. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Sep 2006), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Sep 2007), FAR 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items Alternate I (Apr 2002), DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Jun 2005) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (v), FAR 52.204-7, Central Contractor Registration (July 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2007), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.222-3, Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006); 52.222-39, Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (Dec 2004); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7012 - Preference for Certain Domestic Commodities (Jan 2007); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.243-7002, Requests for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Aug 2007) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Sep 2007) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 1:00 pm CST on 25 September 2007. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-2198 attn: SrA Victor Victoria, e-mailed to victor.victoria@maxwell.af.mil (subject: F2XHE37211A003), or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. Attachment Brand Name Justification: Statutory Authority. Title 10 U.S.C. 2304 (c)(1) only one responsible source and no other supplies or services will satisfy agency requirements as implemented by FAR 6.302-(1)(c). Rationale Supporting Use of Authority Cited. The items under this justification are peculiar to two manufacturers, Sony and Fujinon. AFIT camera equipment has met its life cycle of 5 years and several configuration specific items are in need of an upgrade. At the current time, AFIT has no critical spares on hand. Sony and Fujinon are the only known brands that can meet the current configuration and meet the government requirement without procuring additional equipment. Buying any other brands would result in the government replacing the existing infrastructure at an additional cost of approximately $60,651.20 to include man hours, and possibly more due to training. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-FEB-2008, 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/AETC/MaxAFBCS/Reference-Number-F2XHE37211A003/listing.html)
 
Place of Performance
Address: 2950 Hobson Way Bldg 641, Room 116 Wright-Patterson AFB, OH. ATTN: TSgt Cox
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01521437-F 20080302/080229233613 (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.