Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

58 -- Dole Center Sound System

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
F2Z3450214A001
 
Archive Date
9/29/2010
 
Point of Contact
Dennis Malone, Phone: 316-759-4534, Christopher Pasco, Phone: 316-759-4537
 
E-Mail Address
dennis.malone.1@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil
(dennis.malone.1@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. F2Z3450214A001 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, effective 2 August 2010. This acquisition is a 100% small business set-aside. The NAICS code is 423620 and the size standard is 100 employees. The item description to be procured is a new sound system for the base ballroom. CLIN 0001: High Power Speakers Manufacturer: Sound Tube P/N: HP129i OR EQUAL Qty: 10 EA CLIN 0002: Digital Mixing Console Manufacturer: Mackie P/N: 1642-VLZ3 OR EQUAL Qty: 1 EA CLIN 0003: Amplifier Manufacturer: Ashley P/N: NE-8250 OR EQUAL Qty: 2 EA CLIN 0004: Electric Screen Manufacturer: DA-Lite Dimensions: 9' x 12' Professional Electrol Screen OR EQUAL Qty: 1 EA CLIN 0005: Projector Manufacturer: EIKI P/N: LC-X8 OR EQUAL Qty: 1 EA CLIN 0006: Long Throw Lens Manufacturer: EIKI P/N:0001-4261 OR EQUAL (to fit clin 0005) Qty: 1 EA CLIN 0007: Wireless Combo Mic Kit Manufacturer: SHURE P/N: ULXP124/85 OR EQUAL Qty: 10 EA CLIN 0008: Labor to Install Equipment Listed Qty: 1 EA CLIN 0009: Miscellaneous Cables, Plates, Connectors, and Hardware Qty: 1 EA CLIN 0010: Shipping If required Qty: 1 Lump Sum The items must be delivered FOB destination within 30 days of receiving the order to the 22d Force Support Squadron (22 FSS/FSVS) 53476 Wichita St., Suite 136B, McConnell AFB, KS 67221. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2 Evaluation-Commercial Items (Jan 1999), the award will be made to the lowest priced and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. Offerors may electronically complete Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The clause at FAR 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 (Deviation), applies to this acquisition. Specifically, the following clauses are applicable to this solicitation: 52.219-6 Notice of Total Small Business Aside (June 2003); FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 22.222-35, 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; 52.222-50, Combating Trafficking in Persons; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-2 Buy American Act Certificate; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. FAR 52.233-2 Service of Protest; FAR 52.232-36, Payment by Third Party; FAR 52.233-3 Protest After Award; 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 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.253-1 Computer Generated Forms; The clause at DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.211-7003 Alternate I (2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023, Transportation of Supplies by Sea. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) in full text (below): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offertory, potential offertory, 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 OMBC A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by 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) All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Include expected delivery date, DUNS number and TIN. All quotes must be sent to A1C Dennis J. Malone at: Fax 316-759-1411 or e-mail to: dennis.malone.1@mcconnell.af.mil ; Quotes are required to be received no later than 1200 p.m (CST) on 13 Sep 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z3450214A001/listing.html)
 
Place of Performance
Address: McConnell AFB, KS, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02272245-W 20100910/100908235013-2f4cf2e1fcb4b6de7568f6fe00d6495c (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.