Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

70 -- Audio Visual Upgrade

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
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
FA8751-10-Q-0AUD
 
Archive Date
7/9/2010
 
Point of Contact
Andrew S. Clark, Phone: 315/330-3272
 
E-Mail Address
andrew.clark@rl.af.mil
(andrew.clark@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
** AMENDMENT 01 DATED 23 JUN 2010 ** A. Please note that the 32 inch monitor listed under Minimum Equipment is a confidence monitor and not a teleprompter. B. "32 inch class (minimum) Monitor (for use as a teleprompter)" is changed to read: "32 inch class (minimum) Monitor" C. "Collapsible mount or portable stand for monitor (teleprompter)" is changed to read: "Collapsible mount or portable stand for monitor". D. All other terms and conditions remain the same. --------------------------------------------------------------------------------------- This is a solicitation for commercial items in accordance with the procedures of FAR 13, 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 FA8751-10-Q-0AUD is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100519. 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 a total small business set-aside under NAICS code 334310 and small business size standard of 750 employees. The contractor shall provide all material, equipment, labor, engineering, programming, installation, shipping, and 1st year on-call service necessary to provide and install the audio video system in the Building 106 Auditorium in accordance with the Statement of Objectives below. Offerors shall specify the warranty period for hardware. Total price must include shipping FOB Destination. STATEMENT OF OBJECTIVES Minimum Equipment to be Provided: 2 ea. Projectors (minimum 6000 lumens) 2 ea. Long throw projection lens 2 ea. Mounts 32 inch class (minimum) Monitor (for use as a teleprompter) Collapsible mount or portable stand for monitor (teleprompter) DVD Player Document Camera Matrix Switch Access receptacles for: Monitor, laptop (2 locations) Portable presenter's podium Control System: Processor, transmitter, receiver, -wireless touch screen control panel with access point -TV Tuner Peripheral Equipment to be Provided: The contractor's proposed system and layout also shall include any necessary peripheral equipment (such as modules, mounts, computer cards, and so on). Objective: Replace two existing projectors. Integrate output of computer (provided by Lab), DVD player, document camera, TV tuner, monitor (teleprompter), and existing sound equipment by use of a wireless control touch screen and/or main control panel. Provide access points for a computer at the podium location (front of stage), rear of auditorium, and main control panel (upstairs equipment rack). SITE VISIT. There will be a highly recommended site visit scheduled for 1:00 PM (ET) THURSDAY 17 JUNE 2010 in Building 106, 148 Electronic Pkwy, Rome NY 13441. 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 CLOSE OF BUSINESS 10 PM (ET) TUESDAY 15 JUNE 2010. 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 installation start date is within 30 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is Building 106, Auditorium, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, 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) FRIDAY 25 JUNE 2010. Submit to: AFRL/RIKO, Attn: Andrew Clark, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to andrew.clark@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information for contracts successfully completed within the previous 3 years for AV Systems and installation, which are similar in magnitude to the effort described in this requirement. Please include 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, for any product with unit price at least $5,000. (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 4 (four) 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 applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) Price, (ii) Technical Capability, 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 and ALT I 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, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside Alternate I of 52.219-6 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 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 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.232-18, Availability of Funds 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations, as Amended (ACCESS TO ROME RESEARCH SITE) 5352.201-9101, OMBUDSMAN 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. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0AUD/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02186548-W 20100625/100623235552-ec739d1be4fcaaa74b75544abfe14a07 (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.