Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

58 -- PACE Studio Equipment

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying 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
F2XHC59191A002--PACE_Studio_Equipment
 
Archive Date
10/7/2009
 
Point of Contact
Michael E. Williams, Phone: 334-953-3266
 
E-Mail Address
Michael.Williams.95@us.af.mil
(Michael.Williams.95@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. 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 solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHE39180A001). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-36 (10 Sep 2009) and the Defense Federal Acquisition Regulation Supplement (DFARS) Current to DCN 20090825 (Amended) Edition. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award is anticipated to be made as a result of this solicitation: The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING UNRESTRICTED FULL AND OPEN. NAICS CODE: 333315; SIZE STANDARD 500 EMPLOYEES NATURE OF ACQUISITON: Public Affairs Center of Excellence (PACE) has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures as Unrestricted full and open. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN0001- Panasonic AG-HPX170 fully solid state 1/3" 3-CCD P2 HD camcorder with two 16GB P2 solid state memory cards; Vari-zoom rocker-style controller that controls multi-speed zoom, focus, iris and record/pause; Ikan 8-inch HD LCD Monitor Kit with battery, charger, case, cables and mount; bracket designed for wider body high definition camera with wireless receiver in the middle of the right side of the camera; EW clip to lock receiver in place; thermodyne hard case with built-in heavy duty handle and wheels; lithium-ion battery; and 8-inch portable on-camera flat panel tele-prompting system. Brand Name or Equal CLIN0002- System DS-20 Solo DV carbon fiber tripod with carrying case Brand Name or Equal CLIN0003- Sennheiser Evolution G2 100 series camera-mountable UHF lavalier wireless microphones with EK100G2 receiver, SK100G2 bodypack transmitter and ME4 518-554MHz microphone; microphone stand; double-flex microphone gooseneck; gooseneck microphone capsule; 25-foot XLR audio cable for lecturn microphone; phantom-powered shotgun microphone system; softie microphone windshield; 18-inch XLR audio cable for on-camera microphone; 25-foot XLR audio cable for boom microphone; 7-foot internally wired boom pole; and microphone shock mount Brand Name or Equal CLIN0004- Reflec Media lighting kit with light ring intensity controller; ultimate DV chromakeyer; 16-foot wide by 12-foot high chromatte studio curtain; universal power supply; 82mm medium ring light adapter; three 4-lamp flourescent 5400K light kits; three 2-lamp flourescent light kits; and baby black alu combi boom stand Brand Name or Equal CLIN0005- Editing software to include CS4 Production Premium; After Effects; Premiere; Photoshop; Flash; Illustrator; Sound Booth; and Encore for Windows CLIN0006- Raid storage system with PCIe RAID adapter and cable 3TB, Wacom Intuos3 12x19 graphics tablet with mouse and pen wireless FCP keyboard Brand Name or Equal CLIN0007- JVC BR-HD50U HDV deck package with 42-inch HD plasma that supports 1024x768 resolution; BNC component video terminal; wall mount for plasma monitor that works with 32-inch to 50-inch sizes; uninteruptable power supply; and two Genelec 8020A audio monitors with integrated crossover and amps for 20W and 20W Brand Name or Equal CLIN0008- System setup to include shipping, installation, configuration, testing, project management and cables QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 through 0008), and terms and conditions." b. FAR 52.212-1 Instructions to Offerors-Commercial applies to this acquisition. c. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Buy American Act Certificate with quotation. d. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, 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, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Neither Multiple Offerors nor Multiple Awards will be considered. A single award is anticipated to be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price. The offeror by acceding to all of the requirements of this synopsis/solicitation, including specifications, and terms and conditions will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 52.252-2, CLAUSES INCORPORATED BY REFERENCE 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 (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) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) 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: Michael.Edwards-02@maxwell.af.mil Contract Specialist: michael.williams4@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. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (JUN 2008), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 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-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing to: SSgt Michael Williams, at Michael.Williams4@maxwell.af.mil. All inquiries/responses to this notice must be received by 1:00 p.m Central Daylight Savings Time (CDST) on 22 September 09. Email is the preferred method. Points of Contact: SSgt Michael Williams, Contract Specialist, Phone (334) 953-3266, Fax (334) 953-2856.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHC59191A002--PACE_Studio_Equipment/listing.html)
 
Place of Performance
Address: 60 W Maxwell Blvd, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01959001-W 20090919/090918000144-efb30af6ba1cb3026d06f3c2eb630941 (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.