Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

59 -- Miranda Ten System - Buy American Cert

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWU09154A001
 
Archive Date
8/4/2009
 
Point of Contact
Christopher L. Wilson, Phone: 7193333600
 
E-Mail Address
christopher.wilson@usafa.af.mil
(christopher.wilson@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Buy American Certificate This is a combined commercial synopsis/solicitation for a "Brand Name or Equal" requirement 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number F4BWU09154A001, in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-35, Effective on July 14, 2009. The USAF Academy, 10 CONS/LGC has a specific requirement for a Miranda Ten System. Vendor may substitute a product that is equal. The following lists the verified compatible and acceptable Brand Name equipment with quantities. CLIN 001 1. (1) KDL-46V5100: Sony 46" LCD Display 2. (1) KALEIDO-ALTO-HD: Miranda Ten HD/SD-SDI and Composite Input Processor 3. (1) KALEIDO-RCP: Kaleido Remote Control 4. (1) KRCP-RK1: Miranda Kaleido-RCP Rack Mount Kit 5. (1) R20DA: AJA 1x8 SDI Distribution Amplifier 6. (2) R20AD: AJA Universal A/D Converter 7. (1) VTM-100: Video Tek Video Waveform Monitor The following lists the existing components the proposed equipment must be compatible with: 1. AJA Video Systems: FR2 2. AJA Video Systems: R20AD 3. AJA Video Systems: R20CE 4. Ross: Synergy 1 5. Panasonic: AJ-SD930 6. Panasonic: AJ-SD965 The North American Industrial Classification System (NAICS) number is 443112 and the business size standard is $9.0. The proposed acquisition is reserved for 100% Small Business. Other Small Business categories such as 8(a), Hub Zone, Service Disabled Veteran Owned Small Business, Women Owned and Veteran Owned Small Businesses are encouraged to submit quotes. The Buy American Act applies to this RFQ. Vendor must submit Buy American Act certificate with quote. The shipping FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies. FAR 52.212-2 EVALUATION CRITERIA FOR TO AWARD Technical - All offerss will be evaluated for the ability to meet technical requirements. Space Requirements : All offers proposing "or equal" products will be evaluated for the ability to meet space requirements. The amount of space provided is restricted to a smaller area. The government anticipates that all offers proposing the listed brand names or truly "or equal" products should be suffice for space requirements. Compatibility with other systems. All "or equal" offers will also be evaluated for compatibility with other existing equipment. Price -the total quoted price will be reviewed for reasonableness as it relates to the proposed approach. All non-cost factors, when combined, hold equal importance to price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will receive "Technical" rating of either acceptable or non-acceptable. Other FAR clauses that apply to this acquisition are FAR Clauses 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. DFARS Clauses that apply include 252.212-7001 (DEV), Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Deviation) (Jan 2007), applies to this acquisition with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payment program and 252.232-7003, Electronic submissions of Invoices (May 2006). The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 12:00 pm MST, 20 July 2009, by e-mail at christopher.wilson@usafa.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWU09154A001/listing.html)
 
Place of Performance
Address: USAFA, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01876052-W 20090717/090715235821-f45961d0bf24364de9f08da94e116c0d (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.