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

70 -- VTC Equipment for Chief SATCOM Office

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-11-T-0027
 
Response Due
9/16/2011
 
Archive Date
11/15/2011
 
Point of Contact
Laura Clinger, 719-554-1964
 
E-Mail Address
U.S. Army Strategic Command
(laura.clinger@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Request for Quote (RFQ) Number W91260-11-T-0027 and is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. NAICS code is 334310. Business Size Standard is 750 employees. DESCRIPTION: Video Teleconference equipment/components for U.S. Army SMDC/ARTSTRAT CIO/G6. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applies to all items and components discussed hereafter. The successful offeror shall deliver all items and quantities within thirty (30) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 below. Offerors shall structure their proposal to include a price for all items as listed and described in item number 1 through item number 46 of the attached equipment list for CLIN 0001 below. CLIN 0001 - VTC Equipment, as listed and described in the attached equipment list. QTY: 1 LOT. Installation services are not needed, as CIO G6 personnel shall install all of the VTC equipment items themselves. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 252.211-7003, Item Identification and Valuation (JUN 2011). All items are required to be delivered FOB Destination within thirty (30) business days after receipt of Purchase Order. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, SMDC CIO/G6, 350 Vandenberg Street, Peterson AFB, Colorado 80914. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers: Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified small business sources that believe they can provide the required products must respond no later than 4:30 PM, Mountain Time, on 16 September 2011. Award is anticipated to be made no later than 27 September 2011. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers (1) Technical - acceptability of the products, items or services offered; (2) Delivery Schedule - ability to meet required delivery date for all items described in CLINs 0001 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. QUOTE PREPARATION INSTRUCTIONS: The offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalence of the product offered to the product stated and required herein. Offerors that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's quote. Award will be made without discussion; therefore, each offeror is encouraged to submit their best terms with their quote. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.219-28, Post Award Small Business Program Representation (APR 2009); 52.222-3, Convict Labor (JUNE 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-50 Combating Trafficking in Persons (FEB 2009); 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007); 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-1, Buy American Act-Supplies (JUN 2003); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-CA (Laura Clinger), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Quotes may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of quotes - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring quotes are received no later than 4:30 PM, Mountain Time, on 16 September 2011. The point of contact for all information regarding this acquisition is Laura Clinger at (719)554-1964, fax (719) 554-8442, or email at laura.clinger@smdc-cs.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-11-T-0027/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN02572830-W 20110914/110913000355-f81b6d8f0a50a23006975ad90ab0fc8f (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.