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

59 -- Digital Marquee

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3671179A002
 
Archive Date
9/30/2011
 
Point of Contact
Joseph D. Holt, Phone: 7074247743, Asim Siddiqui, Phone: 7074247738
 
E-Mail Address
joseph.holt@us.af.mil, asim.siddiqui@us.af.mil
(joseph.holt@us.af.mil, asim.siddiqui@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number is F3Z3671179A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 Jul 2011; Defense DCN 20110819 effective 19 August 2011, and AFAC 2011-0714 effective 14 July 2011. This acquisition is a small business set aside. The North American Industry Classification System (NAICS) code is 334290. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5985. The Standard Industrial Classification (SIC) is 3669. 2 Ea 46" LCD Commercial Grade Display with AV capabilities and stands. Include Speakers 1 Ea Dual Channel Media Player. Electric information system for front desk. 1 Ea Content Manager License with XML database structure 1 Ea Dynamic Content Player License Non-Interactive Event List and Promotions Display to include 1 - Region defined to play Standard Background Image 2 - Region defined to play Standard Content Types - Up to 10 Content Items setup and scheduled to provide valuable real-time information (room availability, local weather, rates, important base events, as well as the subscriptions below) and offer enhanced cross-marketing capabilities. 1 - Region with 1 - Live Data Element 1 - Crawl Region defined to play Text or RSS feeds - Up to 5 Crawl Elements setup and scheduled 1 - Clock Element 1 - Region defined to play Company Logo 1 - Weather Element 12 Month Service and Subscription to include: Top ten world news Update Hourly Top ten US news Update Hourly Top ten Business Update Hourly Top ten US Sports Update Hourly Top ten Science and Technology Update Hourly DJIA, NYSE, Nasdaq with charts Update every 20 Mins Comic of the Day Updated Daily Installation of Hardware-Cable, Mount and Installation Training Annual Software Maintenance Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-6 Notice of Total SB Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance FAR 52.232-18 Availibility of Funds. - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189 NO LATER THAN 13 Sept 2011, 05:00 PM, PST and offers NO LATER THAN 15 Sept 2011, 11:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is A1C Joseph Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is TSgt Asim Siddiqui, Contracting Officer, telephone 707-424-7738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3671179A002/listing.html)
 
Place of Performance
Address: Westwood Inn, Bldg 405, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02567935-W 20110910/110909000900-fad9e398a847db59b8c7db8a00233af7 (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.