Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

70 -- AV Monitors

Notice Date
9/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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-F2XHE36216A100
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
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 the notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number F2XHE36216A100 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 date 04 Aug 2006 and the Defense Federal Acquisition Regulations (DFARS) change notice 20060908. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the HQ AU/SCXR on Maxwell AFB, Alabama. This acquisition is being issued as small business set-aside. The North American Industrial Classification System Code is 334310 with a small business size standard of 750 employees. This is an all or nothing requirement, you must be able to quote and provide all items requested. The Government intends to issue a firm fixed price purchase order for the following line items: CLIN 0001: Sony PVM-14L5/1 14? Analog Rack Mount Master Monitor (brand name or equal) QTY-2ea CLIN 0002- Sony BKM0120D SDI Input Card for PVM-14L5/1 (brand name or equal) QTY-1ea CLIN 0003- Sony MB-521 Mounting Bracket for PVM-14L5/1 (brand name or equal) QTY- 2ea CLIN 0004- Hotronics ATS-512S Dual Channel Time Base Corrector (brand name or equal) QTY- 2ea CLIN 0005- Hotronics ATS-51RM Single Channel Time Base Corrector (brand name or equal) QTY- 1ea CLIN 0006- Anton Bauer TITAN2 2 Position Battery Charger (brand name or equal) QTY- 1ea CLIN 0007- Anton Bauer QUAD2702 4 Position Battery Charger (brand name or equal) QTY- 2ea CLIN 0008- Lowel TORP-955 Super Ambi Kit, Light Kit consists of 2-tota, 2-omni, 1-pro, 1-rifa, 55 lights, Barndoors, Filter Frames, Gels, Scrims, Clamps, Arms, Caffer Tape, Light Stands, Bulbs, Wheeled Case, 3250 Total Watts (120V). (brand name or equal) QTY-1ea CLIN 0009- DVC-Pro50, Panasonic AJ-DC93 (brand name or equal) QTY-1ea CLIN 0010- Analog I/O Board (required for DVC-Pro50) AJ-YA93 (brand name or equal) QTY-1ea CLIN 0011- 21? LCD Monitors, Samsung 215TW (brand name or equal) QTY- 2ea Ship the entire quantity to SNCOA, Bldg 1405A, MAFB AL 36112 QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. If or equals are submitted specifications must be included for comparison. The response shall consist of two sections: price and technical acceptability. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified acquisition procedures based on price and technical. For quotations determined technically acceptable, no exception should be taken to the specifications (CLINs 0001 through 0011) and requirements of this RFQ. Once offeror (s) are determined technically acceptable, award will then be based on price. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating technical, award will then be made to the lowest price technically acceptable offeror. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006), applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2006), FAR 52.212-3, Alternate I Offeror Representations and Certifications- Commercial Items Alternate I (Apr 2002), The FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration (Oct 2003), Add paragraph (v) FAR 52.232-18, Availability of Funds (Apr 1984), Add paragraph (w) AFFARS 5352.201-9101 Ombudmans (Aug 2005). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-19, Child Labor, Child Labor?Cooreration with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2004) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 252.247-7023, Transportation of Supplies by Sea (May 2002); Buy American Act and Balance of Payments Program (Apr 2003).The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2006) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A (Nov 2003) and 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003). The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 2:30 pm Central Daylight Savings Time (CDST) on 27 Sept 06. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-2198 attn: SrA Anna Gillespie, e-mailed to anna.gillespie@maxwell.af.mil, or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: Montgomery AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01153775-W 20060927/060925220504 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.