Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

69 -- De-Brief Station w/Monitors

Notice Date
3/26/2009
 
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
F3G1KB8323A003
 
Archive Date
4/17/2009
 
Point of Contact
Paul Christiason,, Phone: 702-652-9277
 
E-Mail Address
paul.christiason@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 additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.. SOLICITATION #: F3G1KB8323A003 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 334310 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 750 employees Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001-Mini Ground De-Brief Stations w/Monitors (Suggested Manufacturer Teac-P/N 84071001-505). Portable rack case (anodized stainless steel) with two built-in VCR's & synchronization controller; case must be waterproof and equipped with the pressure relief valve; system must be capable of connecting to external monitors/projection systems. CLIN 0002-Hi-8mm Ground Videocassette recorder/reproducer (Suggested Manufacturer Teac-P/N V800G-F) PLEASE INCLUDE DESCRIPTIVE LITERATURE, AND/OR COMPLETE SPECIFICATIONS IF PROVIDING AN "OR EQUAL." Also provide part number and manufacturer of quoted items. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 12, Commercial Items and FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-31 effective 19 Mar 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.247-34 - FOB Destination, FAR 52.212-5 Dev - Statutes/Exec Orders, 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 252.212-7000 - Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, and Email. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to paul.christiason@nellis.af.mil no later than 2 Apr 09, 12:00 pm PST. The anticipated award date will be by 7 Apr 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62e1be88cc2d6609f0857b82338dc962&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, NV, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01778156-W 20090328/090326215309-62e1be88cc2d6609f0857b82338dc962 (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.