Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

58 -- Requirement for Audio Visual System for MDG

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3F4SG7226AH02-MAC
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS / SOLICITATION (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F4SG7226AH02-MAC is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and through Department of Defense Acquisition Regulation Change Notice 20070802. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as full and open competition. North American Industrial Classification Standard: 334310; Small Business Size Standard: 750. (v) Bid Schedule: CLIN (0001) 1 EACH, AUDIO AND VISUAL PACKAGE Video - 1 each, Sanyo PLC-XT20 3800 Lumen Projector or equal - 1 each, Sanyo PJ-Net Network Module or equal Control System - 1 each, Extron System 5 IP System Controller or equal - 1 each, SCP206 Wall Plate, DVD Control or equal - 1 each, Extron IR402 Remote or equal - 1 each, Wireless Computer Slide Advancer or equal - 1 each, Projector Lift Wall Controller or equal - 1 each, VGA/Video Convenience Outlet or equal Audio - 1 each, Mixer/Amplifier - 6 each, Atlas Soundolier FAP42T Ceiling Speakers or equal - 1 each, Clearone RAV900 Audio Conferencer Miscellaneous Plenum Speaker Cable, Network Cable, Control Cable Hardware Labor priced per man hour (all hours are approximate) 16 hours, System design 8 hours, Delivery, Dismantle of existing installation 32 hours, Installation, System Test and Troubleshoot 2 hours, System Training Includes removal and hauled away of existing audio/visual system (vii) FOB-Destination for delivery to: Mountain Home AFB, ID. Delivery NLT 90 days after receipt of purchase order. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.203-6 Restriction on Subcontractor Sales to the Government, w/Alternate I ; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.207-5 Option to Purchase Equipment; FAR 52.211-6 Brand Name or Equal; FAR 52.217-5 Evaluation of Options; FAR 52.217-9 Option to extend the term of the contract; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvii) Quotes must be emailed to william.mclaughlin@mountainhome.af.mil , or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, September 20, 2007.
 
Place of Performance
Address: 366 CONTRACTING SQUADRON/LGCB, 366 Gunfighter Avenue Suite 498, Mountain Home AFB ID 83648,
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01405571-W 20070915/070913221020 (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.