Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
MODIFICATION

D -- USSOCOM VTC 3 Conference Rooms Upgrade - Updated Responses to New Questions

Notice Date
8/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ09205AC01
 
Archive Date
9/9/2009
 
Point of Contact
Edward A. Rhodes, Phone: 813-828-4708
 
E-Mail Address
edward.rhodes-02@macdill.af.mil
(edward.rhodes-02@macdill.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Updated Responses to New Questions. Description ***This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ09205AC01. This acquisition is 100% set aside for HUBZONE businesses. The 6th Contracting Squadron, MacDill AFB, FL requires the following items: DESCRIPTION OF REQUIREMENT The requirement is to implement VTC and audiovisual system upgrades in 3 separate conference rooms at US Special Operations Command (USSOCOM) at MacDill AFB in Tampa, FL. This system design is based upon many of the other videoconference rooms within the USSOCOM facility and utilizes some of the Government Furnished Equipment (GFE) currently in use. Please see the separate Statement of Work (Note: There are 3 SOW's in one document), and the separate Equipment list (Note: There are three tabs with one for each conference room). The equipment list contains new equipment requirements with Government Furnished Equipment on the bottom. Vendors offering Tandberg products must be an authorized reseller and ensure that items are brand new and warranted. This requirement is for a Brand Name "or Equal" for the items requested. Award will be made to the offeror that is determined to be most advantageous to the Government with price and other factors considered. Offerors should include Audio/Video qualifications, experience and 3 past performance references. The Government also reserves the right to make no award at all. Note: It is requested a separate quote/proposal be given for each conference room to include ITEMIZED equipment and labor costs. SITE VISITS ARE REQUIRED and will be held on 17 August, 2009 at 9 AM with an 8:30 AM show time at the MacDill AFB Visitors Center on Dale Mabry Highway. Please limit the number of individuals to two, preferably one person. Please provide a name and phone number of the individual(s) performing the site visit to the POC at the end of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 effective 15 Jun 2009, DFARS DCN 20090115, and AFFARS AFAC 2009-0318. The North American Industry Classification System code (NAICS) is 334310, Audio and Video Equipment Manufacturing. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offerors that is determined to be technically acceptable. DELIVERY ADDRESS: Item is to be procured on behalf United States Special Operations Command (USSOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR)provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.219-3 Notice of Total HUBZone Set-Aside, FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clauses applies to this solicitation and is incorporated by reference: DFARS 252.204-7003, Control of Government Personnel Work Product, 252.204-7004(Alt), Required Central Contractor Registration, 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities, DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Federal Acquisition Regulation (FAR) clause applies to this solicitation and is incorporated in full text: 52.212-2 Evaluation -- Commercial Items (Jan 1999) 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. The following factors shall be used to evaluate offers: 1. Audio/Video qualifications, experience and 3 past performance references. 2. Price 3. Technical capability of the item offered to meet the Government requirement. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). PLEASE NOTE: Vendors proposing an alternative must provide a detailed description in their proposal how their product meets all the needed capabilities listed above. Quotes will be evaluated on price. Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. Bidders shall quote on all items or none. Please ensure all quotes are complete and accurate, all information is filled out, and required clauses are complied with, otherwise the quotation will be rejected for being non-responsive. The winning contractor will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration (CCR), ORCA or provide representations and certifications as found in FAR 52.212-3 and 252.212-7000, and not found ineligible for award on the Excluded Partied List System EPLS. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Quotations are due no later than 8:00 PM EST on 25 August, 2009 to your POC, Edward "Dusty" Rhodes by e-mail at edward.rhodes-02@macdill.af.mil or by fax at (813) 828-5111.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ09205AC01/listing.html)
 
Place of Performance
Address: US Special Operations Command, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01924629-W 20090826/090825003312-82dfad5c5c9d929b462fb1ca2e2e2544 (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.