Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

59 -- CAP Spiral - J&A

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-09-R-0038
 
Archive Date
10/10/2009
 
Point of Contact
Amanda Akimoff, Phone: 5757844871, Elizabeth M. Knight, Phone: 575-784-4312
 
E-Mail Address
Amanda.Akimoff@cannon.af.mil, beth.knight@cannon.af.mil
(Amanda.Akimoff@cannon.af.mil, beth.knight@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval 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 solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090825, and Air Force Acquisition Circular (AFAC) 2009-0803. This is a Sole Source Acquisition to Northrop Grumman. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The North American Industry Classification System (NAICS) is 334119. Small Business Size Standard is 1,000 employees. Only one contract will be awarded. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. This combined synopsis/solication will be posted on www.fbo.gov under FA4855-09-R-0038. Contractor will provide 1) one high-resolution touch sensitive tabletop display device with applicable interface software. Interface must incorporate intuitive three-dimensional spatial mapping interface with ability to accept data ingest from multiple sources and display fused data overlaid on selectable scale levels of maps/imagery. Hardware should include warranty, installation and 3 man-months of development and integration activity to assist in data ingest/fusion and related networking activities. 2) Eight high resolution workstations display systems. These displays need to be curved approx 120 degrees around a single user, and should be one fused and continuous wrapping logical display in an ergonomically maximized manner. Displays must incorporate up to 12 dynamically movable and scalable video/computer inputs (including output from tabletop display) that can be reconfigured via GUI over entire high-resolution work surface. Distance separating any panels utilized for construction of display must not exceed 8mm in a 2x3 matrix. Display should be mountable on existing workstation surfaces and include warranty and installation support. 3) One integrated Situational Awareness display system, consisting of four projection screens (mounted seamlessly around a small room) and the touch table reference above in the middle of the space. Wall display created by these projectors must be a single surface similar to the workstation display systems also referenced above. Resolution of subject displays should be WUXGA or analogous high resolution, utilizing short-throw projection technology to minimize area of the room required for applicable screen size. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Name; Address; Telephone Number of Offeror; Terms of the Expressed Warranty; Price; Any Discount Terms and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1); entitled: Late submissions, modifications, revisions, and withdrawals of offers", Late Offers: Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation - Commercial Item The following addendum is provided to the provision: The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based Best Value to the Government. No partial awards will be made. Best value can include but is not limited to price, delivery date and technical capability. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products. FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.223-6 Drug-Free Workplace. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 F.O.B. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-3 Alterations in Solicitation FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses. FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen (see below POC) **Lt Col Eric Tsali Brewington, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-3990, DSN: 579-3990, Fax: (850) 884-2476, Email: eric.brewington@hurlburt.af.mil.** Point of Contact for this solicitation is: 2LT Amanda Akimoff, 575-784-4803, Fax: 575-784-2959, e-mail amanda.akimoff@cannon.af.mil. Contracting Officer: Beth Knight, 575-784-4312, e-mail beth.knight@cannon.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-09-R-0038/listing.html)
 
Place of Performance
Address: 110 E Sextant Blvd, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN01965907-W 20090924/090923002507-352c3a2ccd770cb6d65c1e3b4ec22bec (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.