Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

74 -- VTC Equipment De-installation, Installation and Configuration at AFSOUTH Building Q (US Delegation) JFC Naples, Italy, Viale Della Liberazione, 80124 Naples, Italy, IAW attached SOW.

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Wiesbaden Contracting Center (PARC Europe, 409th CSB), ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM-10-T-8500
 
Response Due
9/6/2010
 
Archive Date
11/5/2010
 
Point of Contact
Richard Van De Linde, III, 0496314115183
 
E-Mail Address
Wiesbaden Contracting Center (PARC Europe, 409th CSB)
(richard.vandelinde@eur.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Request for Quotation (RFQ) W912CM-10-T-8500 issued as a brand name or equal purchase, as prescribed in FAR subpart 11.107 (a). The salient characteristics for the items to be acquired are provided in Attachment 01, AFSOUTH VTC SOW-GUNN15JUNR2010.pdf. Attachment 02, Addendum to 52.212-1, -2 and -4, is attached to assist developing a comprehensive and accurate quote. Funds are available for this acquisition and an award will be made upon determination of the lowest technically acceptable offer. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 11 August 2009, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. (iv) The acquisition will be conducted on a full and open competition basis. The associated NAICS code is 334111. (v) The contract line items (CLINs) for this acquisition are as follows: CLINItem NameQtyUnit 0158 inch Plasma Display, Full HD (1920x1080) resolution, 220v with Shuko 220v European Plugs2EA -- Specifications listed in Attachment 01, paragraph 4.5.a 0210 inch box 150 Watt subwoofer & 4 channel Amplifier 4x200W with peak limiter, that addresses the unique properties of the room including acoustic dampening if necessary, with Shuko 220v European Plugs2EA -- Specifications listed in Attachment 01, paragraph 4.5.b 03Microphones5EA -- Specifications listed in Attachment 01, paragraph 4.5.c 04Audio Processor, with Shuko 220v European Plugs5EA -- Specifications listed in Attachment 01, paragraph 4.5.d 05Audio Ground Loop Isolator3EA -- Specifications listed in Attachment 01, paragraph 4.5.e 06Video conferencing Shelf1EA -- Specifications listed in Attachment 01, paragraph 4.5.f 07Fusion Connector Kit1EA -- Specifications listed in Attachment 01, paragraph 4.5.g 08Audio Amplifier, with Shuko 220V European Plugs1EA -- Specifications listed in Attachment 01, paragraph 4.5.h 09Adobe Connect Interface and Programming1EA -- Specifications listed in Attachment 01, paragraph 4.5.i 10Uninterruptable Power Supply System, with Shuko 220V European Plugs1EA -- Specifications listed in Attachment 01, paragraph 4.5.j 11Technical Personnel to perform on-site installation and configurationN/A -- Specifications listed in Attachment 01, paragraph 3. and 4.5.k 12Cable Maintenance and Equipment Warranty3YR -- Specifications listed in Attachment 01, paragraph 4.3 13Detailed diagrams and instruction for the efficient operations1ST -- Specifications listed in Attachment 01, paragraph 4.4 14De-install existing VTC Equipment -- Specifications listed in Attachment 01, paragraph 3.1 (vi) The technical specifications of the requirements for the items to be acquired are provided as Attachment 01 to this combined synopsis/solicitation. (vii) Items shall be delivered no later than 30 days after receipt of order FOB destination to Building Q (US Delegation) JFC Naples, Italy, Viale Della Liberazione, 80124 Naples, Italy. Site surveys are optional but will not be government funded. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial (JUN 2008), applies to this acquisition. The addendum to the provision is provided in Attachment 02 to this combined synopsis/solicitation. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (JAN 2009), applies to this acquisition. The addendum to the provision is provided in Attachment 02 to this combined synopsis/solicitation. The Government intends to award a firm-fixed price purchase order as a result of this solicitation on an all or none basis. The clauses at FAR 52.225-17, EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000); and DFARS 252.225-7020, TRADE AGREEMENTS CERTIFICATE (JAN 2005) apply to this solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JUL 2009) ALTERNATE I (APR 2002), applies to this solicitation. The offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision and submit with the offer. (xi) The provisions at DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) applies to this acquisition. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (MAR 2009), applies to this acquisition. The following clauses shall also apply, and will be included in, the resulting purchase order: FAR 52.225-14, INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (FEB 2000); FAR 52.242-13, BANKRUPTCY (JUL 1995); DFARS 252.229-7001, TAX RELIEF (JUNE 1997); DFARS 252.232-7008, ASSIGNMENT OF CLAIMS (OVERSEAS) (JUN 1997); DFARS 252.233-7001, CHOICE OF LAW (OVERSEAS) ((JUN 1997); DFARS 252.225-7041, CORRESPONDENCE IN ENGLISH (JUN 1997); DFARS 252.204-7004, CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007); DFARS 252.229-7000, INVOICES EXCLUSIVE OF TAXES OR DUTIES (JUNE 1997); DFARS 252.209-7001, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009); DFARS 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006); DFARS 252.225-7005, IDENTIFICATION OF EXPENDITURES IN THE UNITED STATES (JUN 2005); and DFARS 252.229-7002, CUSTOMS EXEMPTIONS (GERMANY) (JUNE 1997). (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (June 2009) applies to this acquisition with the following terms included: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); and FAR 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). (xiv) The clause at DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2009), applies to this acquisition with the following terms included: FAR 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207); DFARS 252.225-7012, Preference for Certain Domestic Commodities (DEC 2008) (10 U.S.C. 2533a); DFARS 252.225-7021, Trade Agreements (NOV 2008) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); DFARS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009); DFARS 252.205-7000, PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991); DFARS 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (MAR 1998); DFARS 252.211-7003, ITEM IDENTIFICATION AND VALUATION (AUG 2008); and DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). Also, the clause at DFARS 252-246-7000, Material Inspection and Receiving Report (Mar 2008) applies to this solicitation. (xv) The clause at CCE-225-4001, INSTALLATION-CLEARANCE REQUIREMENTS applies to this acquisition. (a)Access to U.S. installations and controlled areas is limited to personnel who meet security criteria and are authorized by Host Nation law to work in that country. Failure to submit required information/data and obtain required documentation or clearances in accordance with AE Regulation 190-16, Installation Access Control, will be grounds for denying access to U.S. installations and controlled areas. The Contractor is responsible to ensure that any Subcontractor used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any Subcontractor utilized by the contractor, are made aware of and comply with these requirements. (b)The Contractor is responsible for being aware of and complying with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firms failure to comply with Installation Access Control (IAC) processing requirements. (c)The Contractor is responsible for returning installation passes to the issuing Installation Access Control Office (IACO) when the contract is completed or when a contractor employee no longer requires access. (xvi) The following local clauses shall also apply, and will be included in, the resulting purchase order: CCE 204-4000, U.S. and Host Nation Holidays; CCE 204-4004, Non-Applicability of Italian Civil Code; CCE 232-4001, Foreign Vendors Requesting Payment via Electronic Funds Transfer; CCE 233-4000, Independent Protest Review Official; CCE 233-4001, Choice of Law - Overseas (Italy); CCE 233-4002, AMC-Level Protest Program; (xvii) The equipment submitted in the offer shall be covered by a standard commercial warranty. (xviii) The Defense Priorities and Allocations System (DPAS) rating is not applicable. (xix) Offers shall be submitted no later than 12:00 PM, 6 September 2010, CET. The date and time is based on the local time in Kaiserslautern, Germany, Central European Time (CET). Offer shall be delivered electronically to the following addresses: richard.vandelinde@us.army.mil AND michael.f.sutton@us.army.mil. Maximum email size: 3MB per email. Offerors may submit multiple emails. (xx) The primary point of contact for this solicitation is Richard Van De Linde, who may be reached at richard.vandelinde @us.army.mil. Michael F. Sutton is the alternate point of contact, and may be reached at michael.f.sutton @us.army.mil. (xxi) LIST OF ATTACHMENTS: Attachment 01, AFSOUTH VTC SOW-GUNN15JUNR2010.pdf Attachment 02, Addendum to 52.212-1, -2 and -4 Additional Info: Additional documentation Contracting Office Address: Theater Contracting Center (TCC), Unit 23156, APO, AE 09227-3156 or Theater Contracting Center (TCC), Mannheimerstrasse Geb.3233, Kleber Kaserne, 67657 Kaiserslautern Place of Performance: Building Q (US Delegation) JFC Naples, Italy, Viale Della Liberazione, 80124 Naples, Italy, EU Point of Contact(s): Richard Van De Linde, III, 0496314136312
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40ddd2137e8f9d65002a5f9a5703ad98)
 
Place of Performance
Address: Building Q (US Delegation) JFC Naples Viale Della Liberazione Naples NA
Zip Code: 80124
 
Record
SN02253724-W 20100826/100825000240-40ddd2137e8f9d65002a5f9a5703ad98 (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.