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

70 -- Control Panels - Salient Characteristics - Control Panel

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6157
 
Archive Date
10/3/2009
 
Point of Contact
Anna R. Haenelt, Phone: 7195569789, Mark Harris,
 
E-Mail Address
anna.haenelt@peterson.af.mil, mark.harris@peterson.af.mil
(anna.haenelt@peterson.af.mil, mark.harris@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1: Salient Characteristics - Control Panel (i) This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-09-T-6157, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (iv) This acquisition is procured as full and open competition. The NAICS code for this requirement is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. The size standard is 500 employees and a single award will be made as a result of evaluation of quotes. As part of your quote, you are required to include the format from the itemized listing to include line item, warranty information, quantity, unit, description, price and total amount information or your quote will be considered nonresponsive. (v-vi) The following commercial item is requested in this solicitation: 0001 - Crestron Control Panel - PN# TPMC-12, or Equal IAW FAR 52.211-6 (Aug 1999); QTY - 16 EA. See Attachment 1 - Salient Characteristics - Control Panel (vii) Commercial items shall be priced as FOB destination to Peterson AFB, CO. Delivery terms are 30 days ARO. Please contact Mr. Don Hopper to schedule delivery at (719) 637-8336. Delivery Address: 1902 Aerotech Drive, Suite 150/160, Colorado Springs, CO, 80916. Delivery vehicles MUST HAVE a Tommy-Lift Gate; delivery site does not have a loading dock. Hold all items for complete delivery; no partial shipments accepted. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUN 2008), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. Evaluation will be based on lowest price meeting brand name requirements. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (JUL 2009), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (APR 2009) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) The following additional FAR clauses apply to this acquisition: 1. FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) 2. FAR 52.222-3, Convict Labor (JUN 2003) 3. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 4. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 5. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) 6. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 7. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (OCT 2003) The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (JAN 2009) 2. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005) 3. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (MAY 2009) 4. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 5. DFARS 252.247-7023 Transportation of Supplies by Sea (MAR 2002) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (AUG 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Quote submission: Quotes shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 9:00 AM MST, on 18 September 2009. (xvi) All questions regarding this solicitation must be submitted by 1:00 PM MST, 17 September 2009; submit questions and quotes to Anna R. Haenelt at anna.haenelt@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6157/listing.html)
 
Place of Performance
Address: Peterson AFB, CO 80914, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01954139-W 20090916/090915001527-b367c01d9bbedb5cdef870fc3644024f (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.