Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

58 -- [UFR] VTC Suites

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Kirtland AFB, NM ASC/TMK, 1350 Wyoming Blvd SE, Bldg 20200, Kirtland, New Mexico, 87117
 
ZIP Code
87117
 
Solicitation Number
F2KTAB4156A001VTCRL
 
Archive Date
8/13/2014
 
Point of Contact
Ryan C LaFever, Phone: 5058537757
 
E-Mail Address
ryan.lafever.2@us.af.mil
(ryan.lafever.2@us.af.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The NAICS Code for this synopsis/solicitation is 334210, small business size standard, 500 employees. This is a 100% Total Small Business Set-Aside. Solicitation/Purchase Requisition Number F2KTAB4156A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-74, Effective 01 Jul 2014. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. NOTE: Please provide a BRAND NAME quote for the item(s) below. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. The Government intends to award one (1) Firm Fixed Price contract with one (1) contract line item number: CLIN 0001 Product: Cisco Video Teleconference (VTC) suite (BRAND NAME ONLY) Specifications: Item Must Include: -SX20 Quick Set HD, NPP, 4x PHDCam, 1 mic, remote control (P/N: CTS-SX20-PHD4X-K9) -ESS with 8X5XNBD SX20 Qk Set HD, NPP, 4x PHDCam, 1 mic RC (P/N: CON-ECDN-SX2PHD4X) -Power Cord US 1.m Black YP-12 to YC-12 (P/N: PWR-CORD-US-A) -Dual Display Option for SX20 (P/N: LIC-SX20-DD) -Bracket Mounting for 4x PHDCam to monitor (P/N: BRKT-PHD4X-MONITR) -HDMI to HDMI Cable (P/N: CAB-2HDMI-3M) -Custom 4xcamera cable; HDMI, Control and Power (3m) (P/N: CAB-HDMI-PHD4XS2) -Precision HD Camera 1080p 4x SX20 auto expand (P/N: CTS-PHD1080P4XS2+) -Performance Mic - for auto expand only (P/N: CTS-QSC20-MIC+) -Remote Control TRC 5 (P/N: CTS-RMT-TRC5) -SX20 Codec - encrypted (P/N: CTS-SX20CODEC-K9) -License Key Software - encrypted (P/N: LIC-S52010-TC-K9) -SX20 License Key (P/N: LIC-SX20) -High Definition Feature for SX20 (P/N: LIC-SX20-HD) -SX20 Natural Presenter Package (NPP) Option (P/N: LIC-SX20-NPP) -SW Image Encrypted SX Series (P/N: SW-S52020-TC6-K9) -Case #Pick N Pluck# Foam (Pelican Products P/N: 1460) QTY: 6 Unit of Issue: Each Desired Delivery Date: 4 weeks ARO FOB: Destination Inspection and Acceptance: Destination <DFARS 252.209-7993 MUST BE COMPLETED BY OFFEROR AND SUBMITTED WITH QUOTE> (located at bottom of the solicitation) In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of the quote that most closely conforms to the requirements listed within the solicitation and presents the Best Value to the government. Offeror will be evaluated in accordance with FAR 13.106-2. Quotes may be E-mailed (preferred) to ryan.lafever.2@us.af.mil or mailed to AFNWC/PZIA, ATTN: A1C Ryan LaFever, 8500 Gibson Blvd., SE, Bldg 20202, Kirtland AFB, NM 87117, or faxed to (505) 846-4262 ATTN: A1C Ryan LaFever. Quotes must be received no later than 29 July 2014 at 4:00 PM MST to be considered for award. Electronic documents shall be submitted in.pdf,.doc, or.xls. Communication containing documents in any other format, including.zip, may be blocked or stripped by the Government's server and may not be received by this office. The following Provisions and Clauses are incorporated by Reference: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-3 Alt I, 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 Statues or Executive orders- Commercial Items: The following clauses apply [FAR 52.204-10; FAR 52.209-6; FAR 52.219-6; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.223-18; FAR 52.225-13; FAR 52.232-33] FAR 52.219-1, Small Business Program Representations FAR 52.219-1 Alt 1, Small Business Program Representations FAR 52.232-39, Unenforceability of Unauthorized Obligations DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Statue-Balance of Payments Program Certificates DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions and clauses are incorporated in Full Text: FAR 52.212-2, -- Evaluation -- Commercial Items, the Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The other factors considered will be the ability to meet the salient characteristics of the requirement above. Award shall be based on the best values to the Government. FAR 52.252-1, Solicitation Provisions incorporated by reference; This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-2, Clauses Incorporated by Reference; This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm. 52.252-5 -- Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. AFFARS 5352.201-9101 Ombudsmen, An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Mr. Anthony Kaiser AFNWC/PZC E-Mail: anthony.kaiser@us.af.mil Phone: (505) 853-7666 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. <DFARS 252.209-7993 MUST BE FILLED COMPLETED BY OFFEROR AND SUBMITTED WITH QUOTE> 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds appropriated by the Department of Defense Appropriations Act, 2014 and by the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Pub. L. 113-76, Divisions C and J), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/041302/F2KTAB4156A001VTCRL/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87116, United States
Zip Code: 87116
 
Record
SN03433849-W 20140724/140722235603-db78ce82a5784f3ee4f1c6ce13b8a632 (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.