Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
MODIFICATION

71 -- Security Forces Console with plasma screens

Notice Date
12/16/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
FA3099-04-T-0002
 
Response Due
12/19/2003
 
Archive Date
1/3/2004
 
Point of Contact
Victor Tamez, Contract Specialist, Phone 830-298-4594, Fax 830-298-4178, - Ri'Chard Crivens, Contracting Officer, Phone 830-298-5992, Fax 830-298-4178,
 
E-Mail Address
victor.tamez@laughlin.af.mil, richard.crivens@laughlin.af.mil
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number FA3099-04-T-0002 is hereby issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 effective 31 October 03. This is an unrestricted acquisition and will competed as full and open. CLIN 0001: Request for the brand name NET Operations Center (NOC Vision) unit manufactured by Systems Manufacturing Corp. (SMC) for Security Forces. This unit has been modified to fit the required four plasma screens. A drawing configured by the customer (SFS) can be provided upon request. The Network Operations Center is for one each and must include the following: Five workstations made of all steel construction designed for flat screen monitors with ergonomic laminate work surface and wood veneer facade. Preferably no more than 77 inches tall, 40 inches deep, and 21 feet long. Internal integrated power and cable throughout is imperative, all cables to be concealed within the unit. A minimum of three outlets with each having seven outlet power strips behind the console. There must be 10 enclosures with the middle six to fit six 19 inches computer screens with glass surface covers for computer monitor units. The outer enclosures on either end will be used for storage and must have an opening for electrical outlets. Must have pop-up monitor enclosures for easy maintenance and task lighting for the work surfaces. Mounting plates are required for the four 42-inch plasma screens to be set inside the console structure. The additional two 42-inch plasma screens will be placed above the four built into the top of the system, set away from the wall for easier viewing capabilities. Between the two middle screens attached to the console unit will be a mounting section for a base map that is 47 ? inches wide. The unit must be at least 20 feet of continuous work surface but no longer that 20 and ? feet. The 42-inch plasma display screen must have 1024 X 768 resolution broadcast edition, with wall mount and tilt. The plasma screens will include installation/configuration of screens on site to include splitters and cable. Desired delivery on or before 2 Feb 04. Please provide FOB Destination pricing. Include shipping in the cost of this line item. 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. It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 47 CONS/LGCA, ATTN: TSgt Victor Tamez Jr., 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843 at or before 1600 (4:00 PM) CST, 19 Dec 2003. Submit dated quotations on company letterhead or quote form. Quotations may also be faxed to (830) 298-4178. The Government will award to the responsible offeror whose technically acceptable quotation, conforming to the requirements of this combined synopsis/solicitation, offers the best value to the government. The evaluation will be based on price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The Clause at FAR 52.212-2, Evaluation ? Commercial applies to this requisition. Each Offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items with the quotation. The Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The Clause 52.212-5 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items apply to this acquisition and is incorporated by reference. The following FAR clauses are also incorporated by reference: 52.222-3 Convict Labor, 52.222019 Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.223-5 Pollution Prevention and Right-to Know Information, 52.225-13 Restriction on Certain foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.247-34 F.O.B. Destination, 52.252-2 Clauses incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, and 52.253-1 Computer Generated Forms. The following DFAR clauses are also incorporated by reference: 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Required Central Contractor Registration, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7000 Buy American Act - Balance of Payments Program Certificate, 252.225-7001 Buy American Act and Balance of Payment Program, 2552.225-7035 Alt I Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate, 252.225-7036 ALT-I Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program, 252.247-7023 ALT ? III Transportation of Supplies by Sea, 252.232-7003 Electronic Submission of Payment. This purchase will incorporate 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 address: http://farsite.hill.af.mil/. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. No telephonic responses will be processed. Please send any questions or quotes to 47 CONS/LGCA, ATTN: TSgt Victor Tamez Jr., 171 Alabama Ave Bldg 7, Laughlin AFB, TX 78843. You may also call POC at (830) 298-4862, send a fax to (830) 298-4178.
 
Place of Performance
Address: 355 Colorado Ave., Bldg 139, Laughlin AFB, Texas
Zip Code: 78843
Country: USA
 
Record
SN00490529-W 20031218/031216212037 (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.