SOLICITATION NOTICE
59 -- Lectern for Multimedia Conference Room
- Notice Date
- 6/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
- ZIP Code
- 29404-5021
- Solicitation Number
- F1326131250100
- Response Due
- 6/13/2003
- Archive Date
- 6/28/2003
- Point of Contact
- Peter O'Neill, Contract Specialist, Phone (843) 963-5180, Fax (843) 963-2829,
- E-Mail Address
-
Peter.O'Neill@charleston.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 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 reference number is F1326131250100 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 423620 with a 100 employee size standard. Contractors shall submit a lump sum proposal for all labor and materials included in this project. All responsible sources may submit a quotation, which shall be considered by the agency. This is for the purchase, freight, and installation of a lectern for a multimedia equipped conference room at Charleston AFB, SC which meets the below included specifications. Van San Custom 3 Lectern, with AMX Panel Cutout, Part Number AXB-TPI; Cherry Finish for Custom 3 Lectern; Boland 15.1 XTA Color LCD, Touchscreen Panel with Power Supply, Cable, Built-In Speakers, Part Number C150ATS; Controller, Part Number AXB-TPI/3; Card for AXB-TPI/3 Controller, Part Number TP3-RGB; Extron 1 in 2 Out VGA Distribution Amplifier, Part Number DAV002-1; AMX Programming, Cables, Connectors, Hardware, Delivery, and Installation Labor. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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 following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement and (2) Price. The Government will evaluate offers for award purposes for the total price for the requirement. Technical and price are equal. If the lowest priced evaluated responsible offer is judged to meet the minimum technical requirements of the Government the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item; FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-36, Payment by Third Party, FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414 DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; DFARS 252.225-7000 Buy American Act-Balance of Payment Program Certificate; DFARS 252.225-7001 - Buy American Act-Balance of Payment Program; DFARS 252.225-7002 Qualifying Country sources as Subcontractors; DFARS 252.225-7009 Duty Free Entry-Qualifying Country Supplies Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 13 June 2003 no later than 4:30 PM Eastern Standard Time. Responses should be marked with reference number F1326131250100 and addressed to 1Lt Pete O?Neill, Contract Specialist, Phone 843-963-5163, fax 843-963-5183/2850, email address peter.oneill@charleston.af.mil. NO PROGRESS PAYMENTS WILL BE CONSIDERED; NET 30 PAYMENT TERMS ONLY. PAYMENT WILL BE MADE BY ELECTRONIC FUNDS TRANFER ONLY. All technical questions must be received by email. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
- Place of Performance
- Address: 1 CTCS, 209 S. Davis Dr., Bldg 241, Charleston AFB, SC
- Zip Code: 29404-5021
- Country: USA
- Zip Code: 29404-5021
- Record
- SN00338674-W 20030605/030603213547 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |