Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

59 -- VTC equipment/installation - NEW SOW 19 July 11

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
11TC612
 
Archive Date
8/11/2011
 
Point of Contact
Jonathan J. Esquivel, Phone: 210-671-1773
 
E-Mail Address
jonathan.esquivel.2@us.af.mil
(jonathan.esquivel.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work, Uploaded 19 July 11 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is 11TC612. Quotes shall address all requirements in the combined synopsis/solicitation, and shall provide clear evidence of understanding and ability to comply with the Government needs. Therefore, contractors shall provide sufficient information demonstrating the company's technical capabilities and experience IAW Statement of Work (SOW). Along with a Technical Plan IAW paragraph 2 of the SOW This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 and DFARS change notice 20110617. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point, and Discount Terms, Payment terms. Availability and how long it will take for Installation. Quotes must be valid through 31 August 2011. This is a 100 percent small business set aside. The NAICS Code is 238210 and the size standard in number of dollars is $14,000,000. This is 100% Small Business Set Aside. The government will award a Firm Fixed Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the solicitation and is technically acceptable (LPTA). The government required completion date is 30 calendar days after receipt of the contract award. The quote must be valid for at least 30 days. Technical Acceptability will be rated on: 1. If the offeror can provide Items 0001-0009 with the required Brand Names. 2. Quotes will be evaluated to determine if they met the requirements set forth in the paragraph two of the SOW. 3. Installation schedule Submittal: Equipment documentation for brand name equipment, including as-builts/wiring diagrams/configurations. This requirement will be a brand name only for Items 0001-0009: Please input Unit Unit Price Total Cost 0001 AMX Netlinx Power Supply Model: PSN6.5 2 EA 0002 AMX 7" Color Touch Panel Model: FG2258-01K- 2 EA 0003 D-Link DUB-H7 USB 2.0 7 Port Hub 1 EA 0004 Input Video & RGB Scaler Model: DVS 304 1 EA 0005 Presentation Remote Model: Keyspan PR-US2 1 EA 0006 ClearOne Audio System Model: 910-151-880 1 EA 0007 Cardioid Condenser Boundary Microphone Model: U891Rx 0008 Leviton 1771R-IWA Ceiling Mounted Infared receiver 0009 RIO Remote I/O Module & IR Dome IRD01 0010 Misc. Rack Hardware 1 LOT 0011 Misc. cables, adapters and ties 1 LOT 0012 Installation 1 EA 0013 Warranty for equipment and installation - must have at least 1 year warranty TOTAL COST __________________ To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation. FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.237-2, Protection of Government Building, Equipment, and Vegetation; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DOL Wage Determination 2005-2521, Revision 12 dated 17 June 2011 applied to this requirement; AFFARS 5332.201-9101 Ombudsman. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov.. Note* change - solicitation noted conflicting due date. Please note- new due date of 27 July 11, due by 1:00 p.m. (CST) Offers may be sent by fax, or electronically. The Point of Contact for this solicitation is Jonathan Esquivel, jonathan.esquivel.2@us.af.mil. Phone number is (210) 671-1773. Fax number is (210) 671-1433. The Contracting Officer is David Ramos, anastacio.ramos@us.af.mil Phone number is (210) 671-1752.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC612/listing.html)
 
Place of Performance
Address: 102 Hall Blvd, Lackland AFB, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02503673-W 20110721/110720002047-95657341b9044a135ce0fc8e6acd1618 (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.