Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2003 FBO #0673
SOLICITATION NOTICE

70 -- SNCOA Audion Visual Equaipment

Notice Date
9/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F70SCV32621500
 
Response Due
9/30/2003
 
Archive Date
10/15/2003
 
Point of Contact
Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2198, - Aaron Kasza, Contract Specialist, Phone 334-953-6178, Fax 334-953-2198,
 
E-Mail Address
toxie.courtney@maxwell.af.mil, aaron.kasza@maxwell.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F70SCV32621500 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030821. The North American Industry Classification System code is 334310 with a small business size of 750 employees. This acquisition will be issued as a 100% Small Business set aside. This requirement is for the purchase of equipment and installation of audio/visual systems in the Senior NCO Academy audio visual booth Maxwell Air Force Base/Gunter Annex, AL. CLIN 0001 Extron Crosspoint Switcher with Audio or equal. CLIN 0002 Extron RGB 109xi Interface or equal. CLIN 0003 Extron VSC 200 Scan Converter or equal. CLIN 0004 Phillips DVD Recorder or equal. CLIN 0005 Extron C-Video Switchers or equal. CLIN 0006 AMX Control Panel System with TPI Panel, 1 RGB and 2 Video Cards, all equipment required to control system with custom programming from an ?AMX ACE? programmer. CLIN 0007 Installation {end CLIN description} Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price and delivery. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price and delivery. Each offeror's quoted price will be evaluated for reasonableness. Award may be made to other than the low offeror when, after evaluating delivery. The contracting officer will make and award as determined to be in the government's best interest. Award will be made to a single source. The desired delivery date is 28 October 2003. Delivery will be coordinated with James Temple at (334) 953-2260. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jul 2003), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jun 2003); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2003) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. A site visit will be held on Maxwell Air Force Base to aid in fulfilling layout and design requirements. All quotes must be for all items as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 30 September 2003. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-2198 attn: TSgt Toxie Courtney, e-mailed to toxie.courtney@maxwell.af.mil (subject: F13EDS32271900), or mailed to 42 CONS/LGCB, attn: TSgt Toxie Courtney, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: 600 Chennault Circle, Maxwell AFB AL
Zip Code: 36112
Country: US
 
Record
SN00443909-W 20031001/030929213110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.