Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

58 -- VTC System Upgrade & Screen Replacement

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XJB19236AC01
 
Archive Date
10/6/2009
 
Point of Contact
Ian Y. Coleman, Phone: 334-953-8083
 
E-Mail Address
Ian.Coleman@maxwell.af.mil
(Ian.Coleman@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies below. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XJB19236AC01). The solicitation document and incorporated provisions and clauses are those put into effect by the Federal Acquisition Circular 2005-36 (11 Aug 2009) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20090825. A Firm Fixed Priced Award will be made in accordance with the following Schedule of Supplies: NAICS Code: 334310; Size Standard: 750 Employees The Defense Priorities and Allocations System rating is C9E. NATURE OF ACQUISITON: The Holm Center, Air Force Officer Accession and Training Schools, has a requirement to purchase and have installed upgraded VTC equipment and a new screen. The Schedule of Supplies (below) provides all items and quantities required. A Statement of Work follows, further detailing the equipment and installation portion of the requirement. A site visit for all interested parties will be held on Tuesday, September 15, 2009, at 10:00 am at the Holm Center. The Holm Center is located in Bldg 500, Maxwell AFB, AL. Attendance at this site visit is highly encouraged, but not mandatory for proposal consideration. This procurement will be awarded using Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by September 21, 2009, 12:00 p.m. CST. Schedule of Supplies: CLIN 0001: Purchase Holm Center VTC Upgrade and Screen Replacement CLIN 0002: Installation of Holm Center VTC Equipment and Screen *Your unit price is to include shipping and handling, all incidental costs, and is to provide for a completed in place system.* STATEMENT OF WORK (New As Of 1701 Hrs 16 Sep 09): Holm Center (AFOATS) Bldg 500 CC VTC/Conference Room SOW 1. Vendor will provide and install one 3500 lumen (min) projector mounted in a rear screen format. Vendor will provide suitable lense for projector to provide a full screen display. Vendor will also install a 52 in LCD T.V. in the front of the room, near screen, for dual capabilities. The system must be programmed to allow commander to choose which program shows on what. Display sources will be 1 GFE computer, GFE VTC system, and one composite A/V port located in the equipment closet. Vendor will provide any and all signal routing, conversion and distribution equipment required to meet above requirements. 2. Vendor will update the existing VTC system (Polycom 7000) with latest software and will make any repairs or adjustment required to bring it to full operation with ‘people and content' dual screen capabilities 3. Vendor will update and reprogram the existing AMX NetLink3 control system. Control system will include all audio/video sources and destinations and all end equipment functions including full control of the VTC codec. 4. Audio system will be provided and installed. This will include new amplifiers, speakers, and sound processing. System will provide complete coverage in the conference room designed to eliminate feedback and minimize noise. Audio system will be used with the VTC system. All audio sources will be auto-level controlled. Sound quality must be equivalent to currently installed Bose Model 16 speakers. Camera will be unmounted from the ceiling above screen and mounted on the Commanders table as well as microphone. 5. Vendor will replace the existing rear projection screen with a new one of equal size and capabilities. 6. Vendor will coordinate with Holm Center as to dates and times available for installation. Entire installation will be completed not later than November 20, 2009. 7. Provide and install all wiring, connectors, equipment and hardware required to complete this job. All wiring must be installed in a neat and professional manner. Plastic tie-wraps will be used to secure cabling. All cables must be labeled with source/destination at both ends with machine made labels. Cable numbers can be used only if a master cable index is provided in both hard copy and electronic format. 8. Provide copies of all code used to program the control system to AUTV. This will include both a copy of the compiled and the original source codes. 9. At the conclusion of the project, project site should be professional looking and safe. Requirements include plugging holes and concealing all cabling. 10. Provide all books, CDs, DVDs, manuals and other documentation on all equipment installed consolidated into organized reference binders. Provide sufficient training to AF personnel to allow them to proficiently operate the installed system. 11. Provide installation and equipment support during the first 90 days after installation is complete. Support will include 24 hour turn-around time for maintenance issues. Thereafter, contractor will provide full warranty support for as long as equipment is under manufacturer's warranty. This includes removing and replacing equipment, providing loaner equipment, and/or making temporary modifications necessary to keep the system operational. 12. All new cabling must be compliant with a Plenum Environment for the heating, ventilation, air conditioning system (HVAC). 13. Type and quality of equipment must be included with the proposal as it will also be evaluated along with the layout and placement of the equipment. QUOTATION PREPARATION INSTRUCTIONS To ensure the timely and equitable evaluation of quotes, offerors must comply with the instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements, and all terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, and DFARS 252.225-7000, or this information must be current and available online. A Buy American Act Certificate must be completed and included with each quotation (this should be faxed or emailed). Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, county, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, Wide Area Workflow (WAWF) database, and the Online Representations and Certifications Application (ORCA) database, no exceptions. To register, please visit http://www.ccr.gov, https://wawf.eb.mil/index.html, and https://orca.bpn.gov/. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR PART 13. Award will be based on technical acceptability and price. An offeror will be determined technically acceptable if no exception is taken to the specifications (CLIN 0001 - 0002) and if all quotation preparation instructions are complied with. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007) 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2007) 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003) 252.204-7004, Alternate A (Nov 2003) By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2009), and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-14, Limitation on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Jun 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor- Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues of Fees (Dec 2007); 52.222-54, Employment Eligibility Verification (Jan 2009); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2009) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009), 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008), 252.243-7002, Requests for Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (May 2002). 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) 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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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) INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: laura.osborne@maxwell.af.mil Contract Specialist: ian.coleman@maxwell.af.mil Contracting Officer: deborah.downey@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The following provisions apply: By reference: FAR 52.211-6 - Brand Name or Equal (Aug 1999) FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (Jun 2008) FAR 52.212-3, ALT 1 (APR 2002) Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) DFARS 252.212-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009) By full text: FAR 52.212-1 -- Solicitation Provisions Incorporated by Reference (Jul 2008) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: 1st Lt Ian Y. Coleman, at ian.coleman@maxwell.af.mil. All responses shall be received NLT 12:00 PM CST on September 18, 2009. Point of Contact: 1st Lt Ian Y. Coleman, Contract Specialist, Phone (334) 953-8083, Fax (334) 953-3341.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJB19236AC01/listing.html)
 
Place of Performance
Address: 551 East Maxwell Blvd Bldg 800, Maxwell AFB, Alabama, 36022, United States
Zip Code: 36022
 
Record
SN01956885-W 20090918/090917000047-6f97059e765cb42855b5174169f458f3 (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.