Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

59 -- Classroom and Briefing Room A/V

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
8228
 
Archive Date
10/4/2008
 
Point of Contact
Nathean W Stoner,, Phone: 702-652-8402, Brooke A Mena,, Phone: 702-652-5488
 
E-Mail Address
nathean.stoner@nellis.af.mil, brooke.mena@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, Audio Visual System, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 334310. The small business size standard under this NAICS code is 750 employees. Requested item/description is as follows, CLIN001, 2 each Briefing room: Each briefing room requires 1 32" HD LCD screen with wall mount. Each screen needs to accept 1 computer input. CLIN002, 1 each Class Room: The class room requires 2 ceiling mounted projectors with mounts. Each projector shall be a minimum of 3000 Lumens and accept computer inputs and RCA inputs. A minimum of 4 ceiling mounted speakers are required. A wireless touch panel controller is need with a docking station and charger located in the rear of room. 1 equipment rack is required in the back to house 2 computer (Government Provided), 1 DVD/VCR combo and any other equipment needed to project any of the 3 inputs on any screen, ( 3 inputs are 2 computers and 1 DVD/VCR). All functions of the system shall be controlled by the wireless controller. A site visit will be held on 12 September 2008 at 1100 hours meeting at Creech AFB Main Gate Visitor Center. The site visit is highly encouraged. Please include descriptive literature and/or complete specifications. Structure contract line item number(s) (CLIN) as follows: CLIN001, 2 each Briefing Rooms, CLIN002, 1 each Class room. 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 company's 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: price, technical quality & capability, features and warranty. 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 52.202-1 Definitions; FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, 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 [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; 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 19 September 2008. A site visit will be held on 12 September 2008 at 1100 hours meeting at Creech AFB Main Gate Visitor Center. The site visit is highly encouraged.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a2fa6e983888495e934bf1579dc4bfc1&tab=core&_cview=1)
 
Place of Performance
Address: Creech AFB, Indian Spring, Nevada, 89018, United States
Zip Code: 89018
 
Record
SN01663793-W 20080911/080909220518-a2fa6e983888495e934bf1579dc4bfc1 (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.