Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

99 -- PROVIDE AND INSTALL TELEVISIONS AND TELEVISION MOUNTS.

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297407T4005
 
Response Due
9/19/2007
 
Archive Date
10/19/2007
 
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, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-07-T-4005 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 2005-19. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a d erivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. THIS SYNOPSIS/SOLICITATION IS 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 443112 and associated size standard is $8.0. The Government will award a firm-fixed price contract. It is the intent to issue a single contract award. Award will be made as most advantageous to the Government taking into consideration Price, Technical, and Delivery. INTRODUCTION: Marine Corps Air Station, Yuma, (MCAS Yuma) AZ has a requirement for all labor, material, equipment, and supervision to provide 60 each televisions with warranty, 60 each television mounts, and install 56 each televisions and 56 each television mounts at seven separate buildings. CLIN 0001 ? PROVIDE 60 each new LCD 31.9?L x 22.3?W (IN), 32? screen size, 16:9, HDTV Monitor, with built-in ATSC/NTSC/QAM tuners, LST-5600A compatible, 1366 x 768p, 1600:1 contrast ratio, 500 cd/m2 brightness, 178 viewing angle, RS-232C discrete IR codes, 2 hi-res component, HDMI, RGB, 2-S-Video, 2 A/V, two-tone black/silver, remote control, and must be Energy Star Compliant. Contractor shall verify in their quote the televisions are Energy Star Compliant. Contractor shall provide descriptive information of the television offered to include a picture as part of their quote. Television manufacturer?s warranty is to be provided for parts and labor. Contractor shall identify the s pecifics of the warranty in their quote. Contractor?s actual warranty is to be provided to the Contracts Office prior to invoicing. CLIN 0002 ? PROVIDE 60 each Plasma/LCD forward pull-out swivel tilting wall mounts for screen size 26? to 50?. These mounts must be able to accommodate the 60 each televisions offered through this Request for Quote (RFQ) and a maximum load of 151 pounds. Vesa mounting pattern 100/200x100. Color is black. Contractor shall provide descriptive information of the mounts offered to include a picture of the mount with their quote. CLIN 0003 ? PROVIDE all labor, material, equipment, and supervision to securely install 56 each televisions and television wall mounts. Contractor is to place the televisions on the installed wall mounts and verify that each television is operational. Mounting and installation will occur in seven separate buildings ranging from one to three floors per building. Stairs are the access to the rooms on the second and t hird floors. Mounting will occur in concrete block walls at approxima tely five to seven feet from the floor to the ceiling. Exact mounting height will be determined at time of installation. Four televisions and four television mounts of the 60 each televisions and mounts will be provided to the Government Point of Contact (POC) in lieu of installation. PERIOD OF PERFORMANCE ? Contractor period of performance is 5 Nov 2007 through and including 9 Nov 2007. This is a firm period of performance and contractor is required to verify in writing they can meet the dates. WORKHOURS ? Contractor work performance is between 0800 to 1700, Monday through Friday, excluding Federal holidays. STORAGE ? Storage and warehouse space are not available for contractor use. Contractor shall retain custody of all materials not installed while installation occurs at each location. BUILDINGS FOR INSTALL ? Building 660A, 3 floors, 4 rooms each floor ? Building 660B, 2 floors, 2 rooms each floor ? Building 661, 3 floors, 5 rooms each floor ? Building 912, 3 floor s, 1st floor has 2 rooms, 2nd & 3rd floor have 1 room each floor ? Building 913, 3 floors, 5 rooms each floor ? Building 918, 3 floors, 1 room each floor ? Building 920, 3 floors, 1 room each floor. POINT OF CONTACT ? A point of contact will be provided at time of award, The point of contact will be notified by the Contractor prior to commencement of work at MCAS Yuma to ensure installation coordination. PROTECTION OF EXISTING STRUCTURES ? The contractor shall protect from damage all existing facilities and utilities. The contractor shall repair any damage to the facilities resulting from failure to comply with the requirements of the contract or failure to exercise reasonable care in performance of the work. If the contractor refuses to repair the work, or is not timely in the repair of the work, the Contracting Officer can have the work repaired and charge the cost to the Contractor. WORK ACCEPTANCE - Contractor shall ensure the Government point of contact certifies the installation and operation of each television by Building and Room number. A copy of this certification shall be provided by the Contractor to the Contracts Office at the completion of all work. FOB - Quotes are solicited FOB destination MCAS Yuma AZ. ACCEPTANCE AND PAYMENT ? Contractor shall be reimbursed for completed work performed as certified by the Government point of contact. Invoices will be submitted electronically through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7003. This is a paperless system which allows the vendor to submit their invoice electronically and the Government to accept the invoice electronically. The Two-In-One Invoice/Receiving Report shall be utilized for this service work. Additional information on WAWF can be obtained at https://wawf.eb.mil. INSTALLATION ACCESS ? MCAS Yuma has security requirements and restrictions. The contractor, contractor employees, and contractor subcontractors shall comply with these requirements. Failure to comply with security requirements does not relieve th e contractor of performance requirements. The current MCAS Yuma contractor access requires presenting to the Station Pass & ID office located at Building 952/MCAS Yuma Main Gate, a valid state drivers license or valid state identification card, and a social security card or state identification card with the social security number on the card. Vehicle access requires presenting to the Station Pass & ID a valid state drivers license, current vehicle identification card, and valid state vehicle registration. Security requirements are subject to change. It is the contractor?s responsibility to contact the contract point of contact prior to MCAS Yuma access to ensure compliance with security regulations. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses under Para (b): (15) 52.219-28 Post Award Small Business Representation, (16) 52.222-3, Convict Labor, (17) 52,222-19 Child Labor-Cooperation with Authorities and Remedies, (18) 52.222-21 Prohibition of Segregated Facilities, (19) 52.222-26 Equal Opportunity, (20) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (21) 52.222-36 Affirmative Action for Workers with Disabilities, (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and (33) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): (12) 252.225-7036, Buy American Act-Free Trade Agreement -Balance of Payment Program, and (17) 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.211-7003 Item Identification and Valuation applies. ALL VENDORS SUBMITTING A QUOTE ARE NOTIFIED THAT YOU MUST BE ACTIVE IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE TO BE CONSIDERED FOR AWARD. The website for registration is www.ccr.gov. All responsible business sources may submit a quote which shall be considered by the agency. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses may be obtained at web site http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Lydia Rowland. FEDEX quotes may be submitted to I& L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Lydia Rowland. Quotes may be submitted to ATTN: Lydia Rowland via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation. Only written quotes are acceptable and must be received and identified by RFQ M62974-07-T-4005 by 2:00 PM (PT) on 19 SEPT 2007. Contact Lydia Rowland at 928-269-2790 for information regarding this solicitation.
 
Record
SN01401546-W 20070912/070910221958 (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.