Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2008 FBO #2471
SOLICITATION NOTICE

99 -- A-SWITCH UPGRADE VTC/PRI INTERFACE EQUIPMENT

Notice Date
8/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Material Command Headquarters, HQ AFMC/PKX, 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8601-08-T-0071
 
Archive Date
9/24/2008
 
Point of Contact
Robin M Harrah, Phone: 937-522-4594
 
E-Mail Address
robin.harrah@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSITATION FOR A-SWITCH UPGRADE VTC/PRI INTERFACE EQUIPMENT FA8601-08-T-0071 This is a combined synopsis/solicitation for A-Switch upgrade VTC/PRI interface, a commercial commodity to be procured for the 88 CS/SCM, Wright-Patterson Air Force Base, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Due date for quotes, technical package, and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, is Tuesday 9 September 2008, 11:00 am EST. Quote package should be submitted to 88 CONS/PKA (Robin M. Harrah), 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to Robin.Harrah@wpafb.af.mil This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-08-T-0070 is a Request for Quote (RFQ). This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Proposed acquisition is 100% set-aside for small businesses. The associated North American Industrial Code (NAIC) is 334220, size standard 500 employees applies. INSTRUCTIONS TO OFFERORS: A Firm Fixed Price type contract is anticipated with 3 (three) line items as described below. Quoted prices must be delivered (F.O.B. Destination WPAFB) prices and also include best delivery date estimate. Objective: to engineer, install and test replacement Video Tele-Conferencing system equipment at Wright-Patterson AFB OH. Currently there is a 42” monitor/television already in use in training area. Site wants to connect a newer PRI capable video teleconference system to the existing monitor and use for VTC. Current equipment is used to test customer systems in the range of (382 to 1.544) Mbps. Site requests a small footprint of equipment to be utilized in training room where current Plasma monitor is mounted. Site would like split screen capability on a single monitor. System must be capable of calling / receiving multiple users. REQUIREMENTS: Line item 0001: HDX 9001 XL Package including English remote, 2-HDX microphone arrays, content sharing, PPCIP, Eagle Eye Camera, 2m LR, CTRY code 54 NTSC Line item 0002: Quad PRI module for HDX 9000 Series, including four 20 ft/6m ISDN cables (with green connectors) Line item 0003: Premier, one year, HDX 9000 Series MODEM - PRI (1.544MBS) capable (copper connection) SYSTEM Video -Interface capable of connecting to HDMI or A/V (composite) monitor connections. -Provides Software split screening for simultaneous local/distant end views -Mountable camera Sound -External speakers Features -Remote control dialing -24 programmable SPID/DN 1.Site personnel will provide ISDN connectivity. 2.Training on use of equipment will also be required. Evaluation will be based on the overall best value for the government. Evaluation factors are price, technical, delivery and past performance. The Contracting Officer will evaluate quotations based on the evaluation factors listed in this solicitation and the information furnished by the quoter. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT OBTAINED IN THE QUOTE. Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, which is attached at www.fbo.gov. This document must be submitted with quote package. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors – Commercial FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)) flow down required for all subcontracts subject to the Service Contract Act of 1965 (41U.S.C. 351, et seq.). (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001) (a) Definition. Ozone-depleting substance, as used in this clause, means any substance the Environmental Protection Agency designates in 40 CFR part 82 as-- (1) Class I, including, but not limited to, chlorofluorocarbons, halons, carbon tetrachloride, and methyl chloroform; or (2) Class II, including, but not limited to, hydrochlorofluorocarbons. (b) The Contractor shall label products which contain or are manufactured with ozone-depleting substances in the manner and to the extent required by 42 U.S.C. 7671j (b), (c), and (d) and 40 CFR Part 82, Subpart E, as follows: “WARNING: Contains (or manufactured with, if applicable), a substance(s) which harm(s) public health and environment by destroying ozone in the upper atmosphere.”---------------------------- The Contractor shall insert the name of the substance(s). (End of clause4) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates 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/these address(es): http://farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DEFENSE FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2008) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (FEB 2008) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) DFARS 252.204-7004, Alt A, Required Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation (JUN 2005) ALETERENATE I (APR 2005) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors AFMCFARS 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms Karen Emery, ASC/CS, 1865 4th Street, Bldg. 14, Wright-Patterson Air Force Base, OH 45433, Tel. 937-656-4803, e-mail: karen.emery@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Robin Harrah, (937) 522-4594, or email Robin.Harrah@wpafb.af.mil. All responsible small business sources may submit a quote package, including price quote, technical capability information, reference name and phone numbers and Reps and Certs to Robin M. Harrah, 88 CONS/PKA, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposals may be submitted via email, regular mail, or faxed to the attention of Robin M. Harrah at 937-656-1412. Due date is Tuesday, 8 Sept 08, 11:00 am EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b732e99f36fc791d60d545c6d630eec3&tab=core&_cview=1)
 
Record
SN01656350-W 20080901/080830213707-b732e99f36fc791d60d545c6d630eec3 (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.