Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

59 -- Purchase and Install Wireless Video Camera System

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-08-Q-0208
 
Point of Contact
Zachariah Hume,, Phone: 318-456-5598, Lonest Bonton Jr.,, Phone: 318-456-6887
 
E-Mail Address
zachariah.hume@barksdale.af.mil, lonest.bonton@barksdale.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation/synopsis 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 this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-08-Q-0208, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Aquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 334511. The proposed acquisition is set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes. The items being procured are: 1. CW-BA-PTZ IP H.264 PAN/TILT/ZOOM CAMERA FOR WATER TOWER 2 EACH 2. CW-BA-PTZ-36 36X OPTICAL PTZ CAMERA FOR FIXED SITE 2 EACH 3. WIW-FRS FIXED RECEIVING SITE (Bldg) 3 EACH 1 5.7GHZ SM Advantage AES 1 Grounding Block 1 Stinger - 5.7V 5.7GHZ after market reflector (Vertically Polarized) 4. CPWI-XPSM17 XPS1730 INTEL CORE 2 DUO T9300 (2.5MHZ FSB/6MB CACHE, VISTA OPERATING SYSTEM, MICROSOFT WORKS SOFTWARE, 17" WIDE-SCREEN PANEL, 4GB SHARED DUAL CHANNELED DDR2 SDRAM AT 667 MHZ MEMORY, RAID PROTECTION 250 GB (2X250GB) 5400RPM HARD DRIVE, DC/DVD BURNER (DVD+/-RW DRIVE, NVIDIA SLI DUAL GEFORCE 8700MGT WITH 512MB GDDR3 MEMORY VIDEO CARD, INTEL PRO/WIRELESS 4965A/G/N MINI NETWORKING CARD, BUILT-IN BLUETOOTH CAPABILITY (2.0 EDR), HIGH DEFINITION AUDIO 2.0 SOUND 85 WHR LITHIUM ION BATTERY (9-CELL), 4 YR LTD WARRANTY, ON-SITE SERVICE AND 4 YR TECH SUPPORT, 4 YR COMPLETE CARE ACCIDENTAL DAMAGE PROTECTION, ADOBE READER 8.1. 2 EACH 5. WIW-INSTALL-WTR INSTALLATION FOR WATER TOWER 2 EACH 6. WIW-INSTALL-FS INSTALLATION FOR FIXED SITE 2 EACH 7. WIW-BBU 1 DEEP CYCLE COMPACT 100 AMP HOUR BATTERIES, VENTED LARGE OUTDOOR ENCLOSURE, TRICKLE CHARGE, AUTO SHUTOFF BATTERY CHARGER, INSTALLATION OF BATTERY SOLUTION 4 EACH 8. WIW-MH MOUNTING HARDWARE 3 EACH 9. WIW-TRAINING 1 EACH 10. SHIPPING CHARGES 1 EACH The offer submittal shall list the item by part number, number of items being offered, and the product description as listed above. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements. The period of performance with be based on proposals received. Offeror must comply will all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a complete copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certfications Commerical Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.212-4, Contract Terms and Condtions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), 31, (c) 1, and 2. Applicable DFARS clauses included: 252.204-7004, Required Central Contractor Registration 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to DFAC Items provision 252.232-7003, 252-247-7023, 252.247-7024 The full text of a clause may be accessed electronically at http:farsite.hill.af.mil/. Offers must be received NLT 12:00 pm (CST), 22 September 2008, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2271. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Zachariah Hume at (318) 456-2107. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Plese refer any questions to Zachariah Hume, Contract Specialist, at (318) 456-5598, zachariah.hume@barksdale.af.mil or Lonest Bonton, Contracting Officer, at (318) 456-6887, lonest.bonton@barksdale.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d634d2475b3b563d2abdc0271fdce3e9&tab=core&_cview=1)
 
Place of Performance
Address: 41 Vandenberg ave, Barksdale AFB, Louisiana, 71110-2271, United States
Zip Code: 71110-2271
 
Record
SN01672992-W 20080919/080917220340-d634d2475b3b563d2abdc0271fdce3e9 (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.