Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
MODIFICATION

69 -- Creston Audio Visual System

Notice Date
8/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-09-R-0046
 
Archive Date
9/4/2009
 
Point of Contact
Carol Vickers, Phone: 850-884-7691, David P. Jesmain, Phone: 850-884-3262
 
E-Mail Address
carol.vickers@hurlburt.af.mil, david.jesmain@hurlburt.af.mil
(carol.vickers@hurlburt.af.mil, david.jesmain@hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THE CLOSING DATE OF THIS REQUIREMENT HAS BEEN CHANGED TO 20 AUGUST 2009 AT 2:00 p.m. central time. An updated Statement of Work is expected to be posted not later than 13 August 2009. 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; a quotation is being requested and a written solicitation will not be issued. Solicitation Number FA4417-09-R-0046 is hereby issued as a Request for Proposal. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, effective 15 June 2009. The North American Industry Classification System (NAICS) code for this project is 334310 with a size standard of 750 Employees; the SIC code is 3663. The contractor shall provide all facilities, service, equipment and items necessary to provide services reflected in attachment 1, the updated Statement Of Work (SOW). A bid schedule is at attachment 2. This requirement includes update and check of Creston System, conference room workstation, 84” diagonal Electric Drop Screen, Wall Plate of Connectivity, Creston Wired Touch-Panel, 16 AWG/4 Con, 22 AWG/2 Con Shielded, Mini High Resolution Cable, Projector Mounts, Reintegrate Existing Equipment, Miscellaneous Parts and materials, System Training – two (2), two-hour sessions, A/C Power Requirements for new screens, Site service to include install, programming, training and documentation. Quotes should include all other applicable costs. All interested parties may contact Carol Vickers by email at carol.vickers@hurlburt.af.mil with questions regarding the Statement of Work (SOW). Quantity: Various as identified in bid schedule; Organization: 1 SOSS, Hurlburt Field, FL. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: Carol Vickers, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 20 August 2009 at or before 2:00 p.m. local time. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number FA4417-09-R-0046. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008). The following clauses are added as an addendum to 52.212-4; FAR 52.252-2, Clauses Incorporated by Reference (Oct 2008); FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); HF037 Wide Area Work Flow Statement (WAWF). Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in Statement of Work; (ii) past performance; and (iii) price. The Government will make an award to the responsible offereor whose offer conforms to the solicitation and is the greatest value to the Government. Technical capability and past performance are slightly more important than price. FAR 52.212-3, Offeror representations and Certifications (June 2008) - Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions (Oct 2008) - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2008) – Commercial Items, applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.219-6 Alt II, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor (Feb 2008) – Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008) applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is Carol Vickers, Contract Specialist, Phone (850) 884-7691, Email: carol.vickers@hurlburt.af.mil; Michael D. Wenrick, Contracting Officer, (850) 884-1258, Email: michael.wenrick@hurlburt.af.mil. *For more business opportunities, visit the website http://www.selltoairforce.org and the Small Business Administration (SBA) website http://www.sba.gov. *
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-09-R-0046/listing.html)
 
Place of Performance
Address: 1 SOSS, Hurlburt Field, Florida 32544, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN01906138-W 20090812/090811002001-36b7b8fbb6a683936c858272d214cd3d (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.