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
SOLICITATION NOTICE

58 -- Video Teleconfering Equipment - Required Item Listing

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-10-T-6092
 
Archive Date
9/29/2010
 
Point of Contact
Ashley Taylor, Phone: 719-556-4886, Paul W Thomas, Phone: (719) 556-6127
 
E-Mail Address
Ashley.Taylor.2@peterson.af.mil, paul.thomas@peterson.af.mil
(Ashley.Taylor.2@peterson.af.mil, paul.thomas@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Listing of all items that are required for quotations (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, FA2517-10-T-6092, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43. (iv) The NAICS code is 334290 and the size standard is 750 employees. A single award will be made as a result of the evaluation of quotes received. As part of your quote, you are required to fill out the attached requirements listing mirroring line item, quantity, unit, part number, description, price and total extended price information; otherwise your quote will be considered non-responsive. (v) The commercial item listing is attached. Line items 1-10, 17-21, 27-43, 45-46, 56-57, and 61 are being procured as Brand Name. The Brand Name Justification letter is attached. All other line items are being procured as brand name or equal. In order to be determined equal, the proposed item must meet the minimum salient characteristics identified on the attached listing. The Offeror must include sufficient information in their offer for the Government to demine if the proposed item is equal. (vi) This requirement is for: JWICS VTC equipment - please see the attached item listing. (vii) All items listed shall be priced for a FOB destination to Colorado Springs, CO. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Award will be based on low price meeting technical specifications. To be considered technically acceptable, the quote must offer part numbers that match the manufacturer's part numbers referenced in this solicitation for the items being procured as brand name. For items procured as brand name or equal, the quote must offer parts that meet the identified minimum salient characteristics to be considered technically acceptable. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009), applies to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) (July 2010), applies to this acquisition. (xiii) The Government will not be providing contract financing arrangements for this solicitation. The following FAR Clauses apply to this solicitation: 1. FAR 52.204-7 Central Contractor Registration (Apr 2008) 2. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 3. FAR 52.211-6 Brand Name or Equal (Aug 1999) 4. FAR 52.222-3 Convict Labor (June 2003) 5. FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jul 2010) 6. FAR 52.222-21 Prohibition of Segregated Facility (Feb 1999) 7. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 8. FAR 52.222-25 Affirmative Action Compliance (Apr 1984) 9. FAR 52.222-26 Equal Opportunity (Mar 2007) 10. FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998) 11. FAR 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (DEVIATION 2010-O0013) (Jun 2010) 12. FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 13. FAR 52.233-1 Disputes (Jul 2002) 14. FAR 52.233-3 Protest After Award (Aug 1996) 15. FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 16. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 17. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 18. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 2. DFARS 252.204-7004 Required Central Contractor Registration (Sep 2007) 3. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Jun 2010) 4. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 5. DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman as prescribed 5301.9103, (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Questions regarding this solicitation shall be submitted in writing no later than 4:00 PM MST on 14 September 2010. Responses to this solicitation must be submitted no later than 4:00 PM, Mountain Standard Time on 15 September 2010. (xvi) POC is Paul Thomas for information regarding this solicitation. Submit your quotes to Paul Thomas and Ashley Taylor at email address: paul.thomas@peterson.af.mil and ashley.taylor.2@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-10-T-6092/listing.html)
 
Place of Performance
Address: Peterson Air Force Base, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02273134-W 20100910/100908235843-21b022dd5b5bb696622fe4884846564f (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.