Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

59 -- Update Briefing System, Club Altus - SOW/PP Questionnaire

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
F1B3R31147AC01
 
Archive Date
9/23/2011
 
Point of Contact
Zachary Lee, Phone: 5804816041
 
E-Mail Address
zachary.lee@altus.af.mil
(zachary.lee@altus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Statement of Work Dated 09Sept2011 The 97th Contracting Squadron hereby issues the following 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. A quote is being requested and a written solicitation will not be issued. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT; HOWEVER, A REQUEST FOR FUNDING IS INCLUDED IN THE FY11 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2011. ALL QUOTES NEED TO BE VALID UNTIL SEPTEMBER 30, 2011. This is a Total Small Business Set Aside Solicitation number F1B3R31147AC01 is hereby issued as a FOB Destination Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is classified under North American Industry Classification System code 443112. Please ensure that the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) reflect the business size under NAICS CODE 443112. A Firm-Fixed Price purchase order will be issued in writing. This is a Total Small Business Set Aside Altus AFB, Oklahoma has a requirement for (pending availability of funds) for a video wall system in accordance with the Statement of Work. Award will be based on past performance and price. Past performance is considered to be more important than price. 3 EA NEC NP3250W WXGA 16:10 Projector 4000 ANSI Lmens 3 EA Peerless Projector Ceiling Pendant Mount with mounting Hardware 1 EA NEC NP04ZL Long Throw Lens 2.98:1 - 4.77:1 Ratio 3 EA Draper Targa 104" Wide x 58" 16:9 Front Projection Screen 1 EA Kramer VS-66 6x6 HDMI Matrix Switcher 7 EA 1m DVI-D to HDMI Digital Video Cable 6 EA HDMI Cable 1m 3 EA HDMI RS-232 over CAT5 extender for Projector Digital Display 1 EA Denon DBP-1611UD Professional Rack Mount BluRay Player 2 EA Line 6 XD-V70 Digital Wireless Hand Held Microphone 1 EA Tascam CD-200i CD Player with IPod Dock 8 EA Drop in Tile Speaker Enclosure 1 EA Gig-Rac Powered Mixer 1000 Watt 8 EA JBL Control 128W 8" 120 Watt 2-Way Flush Mount Speakers 1 EA Miscellaneous mounting hardware, connectors, and suspension 1 EA Berk-Tek Lanmark 1000 Cat6 Riser Cable 1 EA RTI T3V 3.5" VGA Color Touch screen Controller 1 EA RTI XP8 Advanced System Controller 1 EA Furman Rack Mount Power Conditioner 3 EA Low Voltage Screen Remote Control Module Quote must include shipping FOB Destination Products must be "Brand Name", or equal. If providing an "EQUAL" product, please provide the specifications of each item for technical acceptance review. Award will be based on past performance and price. Past performance is considered to be more important than price. SITE VISIT IAW FAR 52.237-1, Site Visit (April 1984), a Site Visit shall be conducted on 16 September 2011 at 9:00 AM CST. All perspective contractors who wish to attend the Site Visit MUST notify the contracting office NLT 4:00 pm CST on 15 September 2011. Confirm your attendance to the site visit by contacting Zachary Lee via e-mail at zachary.lee@altus.af.mil. To gain access to the Installation, arrive at the Altus AFB South Gate no later than 8:30am CST on 16 September 2011; you will be provided an escort. Please send any questions or request to 97 CONS/LGCA, ATTN: Zachary Lee, 308 N. 1st, Suite 2301, Altus AFB, OK 73523. You may also call P.O.C. at (580) 481-6041, send a fax to (580) 481-5138, or e-mail at zachary.lee@altus.af.mil Secondary point of contact: carol.loague@altus.af.mil by 19 September 2011 NLT 4:00PM. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 308 N. 1st St., Suite 2301, Altus AFB, OK 73523 at or before 1600 (4:00 P.M) CST, September 21, 2011. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138 or emailed to zachary.lee@altus.af.mil. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), 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 with price and past performance being considered. The following factors shall be used to evaluate offers IAW FAR 13.106-2-Evaluation of Quotations or Offers: EVALUATION FACTORS FOR AWARD BASIS FOR CONTRACT AWARD 1. This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For proposals determined technically acceptable, a best value selection based on price and past performance will be made. 2. An offeror will be determined technically acceptable if no exception is taken to the specification and requirements of the RFP. Award will be based on both price and past performance. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced proposals. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). To be considered for an award, an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer and offer a reasonable price. The offeror shall provide references that can provide relevant past performance information.. Award may be made to other than the low offeror when, after evaluating past performance, the contracting officer determines it to be in the government's best interest. Price- (1) The Government will evaluate offers for award bases on the realism and reasonableness of total price proposed for the solicitation. (2) The Government intends to evaluate proposals and award a contract without discussion. Therefore, the offeror's initial proposal should contain the offeror's best price, terms, and conditions. (3) Realism- Offerors are advised that unrealistically proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. Realism accesses whether the proposed price is compatible with the proposal scope of effort and the requirements of solicitation. (4) Reasonable is defined as a price that provides best value to the Government when considering current market prices, wage determinations included in the solicitation and technical capabilities of the offerors. Also, a fair price should ensure the offer a reasonable profit commensurate with performance. (5) If the lowest priced evaluated offer, whose price was determined to be reasonable and realistic, is judged to have an overall exceptional performance confidence rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. If the lowest priced technically acceptable offer is not rated as exceptional, the next lowest priced, technically acceptable, offeror will be evaluated and the process will continue until an offeror is rated exceptional overall for past performance. A best value analysis will then be performed on all technically acceptable offerors whose past performance and price were evaluated and award will be made to the offeror with the proposal determined to be most advantageous to the Government. If no proposals are rated exceptional, a best value analysis will be accomplished on all technically acceptable proposals. In that event, the source selection authority will make an integrated assessment best value award decision. Past Performance- Submit at least two (2) contracts performed in the last three to five years, comparable in value and requirements. Include name of contractor, contract number, contract type, period of performance, total dollar value, description of requirement, and point of contact (name and phone number. The Past Performance Questionnaire is available via https://www.fbo.gov/ under the associated solicitation number as an attachment. Past Performance will be given an overall assessment of contract performance in the following areas: Quality of Performance, Timeliness of Performance, Business Relations, and Commitment to Customer Satisfaction. These areas will be rated on a numerical value as stated below: 1= Exceptional 2= Good 3= Satisfactory 4= Unsatisfactory Contract award will be based on past performance and price. Past performance is considered to be more important than price. Each offeror shall complete paragraph (j) of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2011) if applicable. Please register Representations and Certifications on ORCA, http://orca.bpn.gov/. FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008), If a copy of the provisions are needed, the can be found on arnet.gov/far, FAR 52.204-7, Central Contractor Registration (Apr 2008), FAR 52.204-8, Annual Representations and Certifications (May 2011), FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), FAR 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.212-3, Alt I Offerors Representations and Certifications-Commercial Items (May 2011), FAR clause 52.212-4, (Jun 2010), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A Required Central Contractor Registration (Sep 2007), FAR clause 52.212-4(c) is tailored as follows: (c) Changes. 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 paying office, appropriation data, etc) which may be changed unilaterally by the Government. The FAR clause 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2011) and its deviations (May 2009) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-26, Equal Opportunity (Mar 2007) and 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010), FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009), FAR 52.222-3, Convict Labor (E.O.11755) (Jun 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010), FAR 52.222-50, Combating Trafficking in Persons (Feb 2009), FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug2011), FAR 52.225-1, Buy American Act - Supplies (Feb 2009), FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008), FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010), FAR 52.233-3, Protest After Award (31 U.S.C. 3553) (Aug 1996), FAR 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332) (Oct 2003), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.237-1, Site Visit (Apr 1984), FAR 52.243-1 Changes-Fixed Price (Aug 1987), FAR 52.246-1, Contractor Inspection Requirements (Apr 1984), FAR 52.247-34, F.O.B. Destination (Nov 1991), FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998), FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), FAR 52.253-1, Computer Generated Forms (Jan 1991), DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009), DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alt A, Central Contractor Registration (Sep 2007), DFARS 252.204-7007 Alt A, Annual Representations and Certifications (May 2010), DFARS 252.204-7008 Export Controlled Item (Apr 2010), DFARS 252.211-7003, Item Identification and Valuation (Aug 2008), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011), DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008), AFFARS 5352.201-9101, Ombudsman (APR 2010), AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003), AFFARS 5352.223-9001, Health and Safety On Government Installations (Jun 1997), AFFARS 5352.242-9000, Contractor Access To Air Force Installations (Aug 2007) LOCAL AT INFO 6 May 2011 Altus Air Force Base has an antiterrorism program that is responsible for helping secure and protect the base and its personnel from terrorist attacks. As a contractor working on Altus Air Force Base, you and your sub-contractors are required to obey all orders from Security Forces, and participate in and adhere to all security measures implemented during exercises, or real-world Force Protection Condition changes (security posture changes). Additionally, you and your sub-contractors are expected to report to base security forces any suspicious activities, packages, or items you see while conducting work on Altus Air Force Base. Suspicious activities could include personnel conducting surveillance of the installation, unauthorized personnel requesting access to the installation, or somebody asking a lot of questions about the base. In an effort to help familiarize you, your employees, and sub-contractors about antiterrorism, Altus Air Force Base has a AntiTerroism binder with all of the pertinent information for awareness training available for review at Pass and Id, 2nd floor Building 52, Altus Air Force Base, Oklahoma. LOCAL IP-Security Information 29 June 2011 Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to Altus AFB to perform contract requirements: A. The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Altus AFB. This information shall consist of, but not limited to, the following: full name to include first, middle, and last, social security number, date of birth, address, driver's license number and state of issue, number of years resident of the State of Oklahoma and Jackson County. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history may be denied access to Altus AFB. B. The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Altus AFB, Oklahoma. Badges from employees no longer working on the contract must be turned in to the Contracting office within 30 days of leaving. C. Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or a decision not to exercise option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations or specified work and other limitations may be subject to revocation of base access. No telephonic responses will be processed. Attachments 1: SOW dated 09 Sept 2011 2: Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B3R31147AC01/listing.html)
 
Place of Performance
Address: 97 CONS/LGCA, 308 N 1st Street, Suite 2301, Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN02572001-W 20110914/110912235559-280064e6abb444d49d5ba3733a3e1094 (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.