Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

58 -- Audio/Visual Equipment Upgrade

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0552
 
Archive Date
10/7/2009
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
N/A
 
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. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0552 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as unrestricted. The NAICS code is 334310 and small business size standard is 750 employees. Note: Although the following items are identified by manufacturer and part number, equivalent items are acceptable only if both of the following conditions are met: 1) All quoted items/components MEET or EXCEED the specifications and performance capabilities of the identified items. 2) All quoted items/components seamlessly integrate and are interoperable will the current/existing Crestron and Extron equipment. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis: Please note, although the following items are a viable solution to meet the government's requirement, vendors may propose any solution believed to meet the government's requirement. All proposed solutions will be evaluated. CLIN 0001 - Audio Visual Equipment Suite to include the following: Item 1: EXTRON MATRIX P/N: 60-852-21 Or Equal QTY: 1 Item 2: CRESTRON CONTROL SYSTEM P/N: PRO2 Or Equal QTY: 1 Item 3: CRESTRON TOUCH PANEL P/N: TPS-15B Or Equal QTY: 1 Item 4: Middle Atlantic Rack P/N: WRK-24MDK Or Equal QTY: 1 Item 5: Middle Atlantic Power Bar P/N: PDR915 Or Equal QTY: 1 Item 6: Middle Atlantic Cooling System P/N: UQFP4D Or Equal QTY: 1 Item 7: Custom Gromit Plate QTY: 3 Item 8: QSC power amp P/N: CX-302V Or Equal QTY: 4 Item 9: QSC sound processor P/N: DSO-30 Or Equal QTY: 4 Item 10: Programming & Installation - Offerors shall be required to work with existing system programming to ensure all components (both current/existing and new) function as a complete cohesive system. Item 11: Rack accessories and storage Item 12: 3-year maintenance agreement SITE VISIT. There will be a site visit scheduled for 10:00 AM (ET) FRIDAY, 18 SEPTEMBER 2009 in Building 3, 525 Brooks Road, Rome, NY 13441. Offerors are highly encouraged to attend. Parties interested in attending the site visit must contact Robert Gigliotti at (315) 330-2205 or at robert.gigliotti@rl.af.mil no later than 12 PM EST Thursday, 17 September 2009. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery and installation date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is Building 3, West Wing Suite E2, 525 Brooks Road, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM ET, Tuesday 22 September, 2009. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. This clause requires UID/UII for certain items. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 2 (twor) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: i) Price, ii) Technical Capability of the item offered to meet the Government Requirement, and iii) Past Performance. All evaluation factors are of approximately equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2009) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (AUG 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.227-7015 Technical Data--Commercial Items (NOV 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR and DFARS provisions and clauses also apply: 52.211-6, Brand Name or Equal (Aug 1999) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0552/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01953653-W 20090916/090915000752-6f9b4fd6f8c3c55af802444e7441d320 (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.