Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

70 -- AFRC Conference Room Upgrades - Attachments

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 255 Richard Ray Blvd, Robins AFB, Georgia, 31098-1637
 
ZIP Code
31098-1637
 
Solicitation Number
FA6643-11-R-0026
 
Archive Date
10/8/2011
 
Point of Contact
Michael W. Suchy, Phone: 4783271610
 
E-Mail Address
michael.suchy.1@us.af.mil
(michael.suchy.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CDRL 2 CDRL 1 Floor Plans Exhibit A-2 Exhibit A-1 SOW Section B This is a combined synopsis/solicitation for commercial items for prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation number FA6643-11-R-0026 is a Request for Proposal and is 100% Small Business Set-aside (SBSA) using NAICS 334310, Audio and Video Equipment Manufacturing. NAICS 334310 has a 750 employee size standard. This solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 2005-53, dated 5 Jul 2011. Place of Performance/FOB is HQ Air Force Reserve Command (AFRC), 155 Richard Ray Blvd, Bldg 210, Robins AFB GA. The solicitation is to procure a firm fixed price contract for audio-video equipment and installation. See attached Statement of Work and Facility Drawings/Specifications. The following clauses apply and are incorporated by reference here. Full text of clauses may be accessed electronically at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-1, Instruction to Offerors - Commercial (see addendum below); FAR 52.212-2, Evaluation - Commercial Items with the following criteria used to evaluate offers: Total Price including shipping and warranties; FAR 52.212-3, Offeror Representation and Certification - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders - Commercial Items (MAY 2011) (DEVIATION); DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, Alt I; DFARS 252.212-7001, Contract Terms and Conditions to Implement Statutes and Executive Orders Applicable to Defense Acquisitions of Commercial Items (see addendum below). Addendum to FAR 52.212-1: Proposal Preparation Instructions. Quotes citing products offered under the terms of a Federal Supply Schedule (FSS) contract must include the GSA contract number and terms. A copy of the pertinent pages of the FSS shall be provided with the offeror's quote. The HQ AFRC, Robins AFB GA requires the following items, Brand Name or Equal: Please see attached Statement of Work for details of customer's expectations. Please read carefully and thoroughly as it not only outlines the work to be performed but the installation schedule, training and documentation to be provided. If the offeror proposes the same product as requested in the line items, insert your unit and extended price in Section B of the solicitation. If the offeror proposes an "or equal" for a product, insert your unit or extended price and provide rationale for salient characteristics in accordance with FAR 52.211-6, Brand Name or Equal. If the offeror proposes an "or equal" product, the salient characteristics of form, fit and function must be addressed. More specifically, the salient characteristics are the features of a product related to its size and composition, functional intent and/or operational capabilities or limitations. Provide a feature-by-feature comparison so that the "or equal" product(s) can be technically evaluated for acceptability. If your proposal does not contain all of the required information, your quote will be determined nonresponsive and will not be further evaluated for award. Prior to award of any Department of Defense (DoD) contract, offerors must be registered in the Central Contractor Registration (CCR) and On-Line Representations and Certifications Application (ORCA) at www.bpn.gov. Failure to be properly registered at the time and date of closing will render the quote nonresponsive. The offeror must acknowledge acceptance of any and all amendments to this notice, in writing, prior to an award resulting from this solicitation. Offerors pricing must remain valid for thirty (30) days after submission. No partial quotes will be accepted. Addendum to DFARS 252.212-7000 includes FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirement Related to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7036, Buy American Act - Free Trade Agreements-Balance of Payments Program; DFARS 252.227-7015, Technical Data - Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Request for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea. Addendum for additional applicable FAR/DFAR/AFFARS provisions and clauses: FAR 52.211-6, Brand Name or Equal; FAR 52.219-6, Notice of Total Small Business Set Aside; AFFARS 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements; AFFARS 5352.215-9000, Facility Clearance; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.252-9000, Contractor Access to Air Force Installations; AFFARS 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel. SITE VISIT: A site visit is scheduled for Wednesday/14 Sep 2011/1300 EST. Meet at Building 210 (Main Entrance), 155 Richard Ray Blvd, Robins AFB, GA 31098, at this time and date to view work sites and present pertinent questions. Bidders/offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of work, and the general and local conditions which can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for proposal, the specifications, or related documents. There shall be no more than two registered attendees per contractor. Attendees shall register by emailing michael.suchy.1@us.af.mil no later than Tuesday/13 Sep 2011/1600 EST. Valid Drivers License and Proof of Insurance is required for drivers and picture ID for all other attendees on the date of the site visit. Offerors are cautioned that Robins Air Force Base has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass and arrive at the specified location prior to the time specified. RESPONSE TIME FOR QUOTES: No later than Friday/23 Sep 2011/1600 EST. Contracting POC: Michael Suchy, Contract Specialist for all correspondence and quotations via email michael.suchy.1@us.af.mil. Questions related to this solicitation may be submitted prior to Friday/16 Sep 2011/1600 EST to reasonably expect a response from the Government. Questions received after this date may not receive a response.  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/HQAFRC/FA6643-11-R-0026/listing.html)
 
Place of Performance
Address: HQ AFRC, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02567574-W 20110910/110909000506-cc6c87e8efdb0c5ccbe075174b62e058 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.