Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

59 -- Pull-Out Rotatable Racks - alarm room layout drawing

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUSM9170A001R1
 
Archive Date
8/19/2009
 
Point of Contact
Ric J. Sochor, Phone: 8138283978, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
ric.sochor-02@macdill.af.mil, alyson.gowin@macdill.af.mil
(ric.sochor-02@macdill.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Alarm Room layout drawing, 1 page Description ***This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This requirement is a follow-on to a previous notice which was cancelled and re-issued with the additional description/clarification and additional requirements as outlined below. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUSM9170A001R1. This acquisition is 100% set aside for Small Business.The 6th Contracting Squadron, MacDill AFB, FL requires the following items: DESCRIPTION OF REQUIREMENT U.S. Special Operations Command (USSOCOM) has a requirement for six (6) pull-out rotatable racks. Middle Atlantic WR-44 or equal. Access to the racks will be limited to one side and ease of maintenance is required. The rack frame must pull-out from the enclosure and rotate to permit access to both sides (front and back) of equipment. The racks shall have mounting rails on the front and rear and should have 4 quiet fans at the top for circulation. It shall have 44 rack spaces (77") or more in height to install equipment with a minimum usable depth of 24". There shall be some ability to to install and use shelves within the racks without taking away from the rack spaces, if possible. The racks should include 24 vertical power outlets, two per rack. Itemize freight and installation/labor. Include warranty info. If awarded, furnish operations and maintenance (O&M) manuals upon completion of installation. Or Equal products must meet the specifications above to be considered for award. Additional description/clarification: - 24 vertical power outlets will be 15 amp (part # PD-2415SC-NS or equal) - Racks shall include a cable management system (2 per rack, one on each side) able to support multiple coaxial cables used for a CCTV system (Lace-44-OWP or similar Lace-P part # or equal) - Racks will be mounted on a raised floor within a space-limited room which may require racks to be mounted offset from each other in a semi U-shape opposite a pre-existing monitoring console (ref. attached drawing) - Cabinets shall include three (3) zero space shelves per rack (18 total) Additional requirements: Vendor shall include detailed layout/cut sheet and parts listing indicating exact items to be furnished prior to award. Vendor must also demonstrate a thorough understanding of the requirement due to logistics constraints associated with performance within a high security limited space facility. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 20 Apr 2009, DFAR DCN 20090115 and AFFAR AFAC 2009-0318. The North American Industry Classification System code (NAICS) is 334310, Audio and Video Equipment Manufacturing. A firm fixed price contract will be awarded. This requirement is for a Brand Name "or Equal". Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Item is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR)provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 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, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of Government Personnel Work Product, 252.204-7004(Alt), Required Central Contractor Registration, 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities, DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause(s) applies and is incorporated by reference: AFFARS 5352-242-9000, Access To Air Force Installations. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.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. (End of clause). PLEASE NOTE: Quotes will be evaluated on price. Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. Bidders shall quote on all items or none. Please ensure all quotes are complete and accurate, all information is filled out, and required clauses are complied with, otherwise the quotation will be rejected for being non-responsive. The winning contractor will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration (CCR), ORCA or provide representations and certifications as found in FAR 52.212-3 and 252.212-7000, and not found ineligible for award on the Excluded Partied List System EPLS. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Quotations are due no later than 5:00 PM EST, 4 Aug 2009, Attn: MSgt Ric J. Sochor by e-mail at ric.sochor@macdill.af.mil, (813) 828-3978, or by fax at (813) 828-5111. Alternate POC: Alyson Gowin, alyson.gowin@macdill.af.mil, (813) 828-1872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUSM9170A001R1/listing.html)
 
Place of Performance
Address: 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01893414-W 20090801/090731000053-db431e0ca0a1dfecb8d6fcbb28aea2c2 (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.