SOLICITATION NOTICE
67 -- Camera Lift
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
- ZIP Code
- 68113-2107
- Solicitation Number
- F3HSK19202A001
- Archive Date
- 9/29/2009
- Point of Contact
- Ashley Taillard, Phone: 402-232-5032, Bianca N Bowles, Phone: 4022328657
- E-Mail Address
-
ashley.taillard@offutt.af.mil, bianca.ramirez@offutt.af.mil
(ashley.taillard@offutt.af.mil, bianca.ramirez@offutt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: This a combined synopsis/solicitation for commercial items issued by the Contracting Office, Offutt AFB, NE 68113-2107 and prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F3HSK19202A001 is issued as a request for quotation. Funds are currently available. Quotations must be good for one month after the closing post date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The North American Industry Classification System (NAICS) code is 333315. The business size standard is 500 people. The Department Of Defense (DOD), United States Air Force (USAF), 55th Contracting Squadron (55th CONS) in support of USSTRATCOM intends to award a commercial based purchase order for the contractor to provide: 1) One camera lift system that meets the following characteristics: a) Shall design and fabricate a custom lift system to raise and lower a set of 3 closed circuit cameras in the Command Center. b) The system shall have three positions, retract, Sony Cameras, and PolyCom camera. The controls will have provision for interfacing with the existing Crestron control system. Operation is maintained contact with time-out function on your controller, but random access in terms of position selection. An internal logic circuit will tell the system to travel up or down as required by condition to reach the mid position. Automatic electrical limit switches govern all functions. c) The drive unit can be manually overridden via a socket wrench or cordless drill. An automatic clutch prevents damage in either direction if manually over-cranked. d) The total travel is 18 inches with the first extended position at 9 inches. e) The system is designed as a fully operational module so as to make installation quite simple. It is a fork-lift style design thereby utilizing minimal space as all of the mechanics are at the rear of the interior of the fixed outer cabinet. f) Load capacity is 100 lbs. g) Power required is 110 VAC at 3 amps Maximum. h) All of the framing is to be of black powder coated aluminum. i) A twin linear guide system controls the movement of the carriage assembly. Please acknowledge all requirements as addressed above. Please indicate FOB destination on quote. No partial quotes will be considered. No substitutes will be allowed unless approved by the Government. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL BIDS. The clause at FAR 52.203-3 Gratuities (Apr 1984); 52.203-7 Anti-Kickback Procedures (Jul 1995); 52.204-7 Central Contractor Registration (Apr 2008); 52.211-6 Brand Name or Equal (Aug 1999); 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation-Commercial Items (price will be the only evaluation factor): FAR 52.232-18, Availability of Funds: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and the clause at FAR 52-212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. Additional, the following FAR clauses cited in 52.212-5 are applicable; 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity: 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest After Award: 52.247-34 F.O.B. Destination; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-41, Service Contract Act; 52.222-42 Statement of Equivalent Rates for Hires (29 U.S.C.206 and 41 U.S.C. 351, et seq.); 52.223-5 Pollution Prevention and Right to Know Information; 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds; 52.233-3, Protest After Award; 52.247-34 FOB Destination; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6 Authorized Deviation in Clauses; 52.253-1, Computer Generated Forms; applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.204-7004 Alt A Required Central Contracting Registration; 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005); 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993); 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following AFFARS clauses also apply to this acquisition: 5352.201-9101 Ombudsman (AUG 2005); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (APR 2003); 5352.223-9001 Health and Safety on Government Installations (Jun 1997); 5352.242-9000 Contractor access to Air Force installations (August 2007). Offers are due by 2:00 p.m. CST Monday, September 14. Quotes must be valid for 30 calendar days after the closing post date. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Quotes should be submitted via email to: ashley.taillard@offutt.af.mil or fax to number (402) 294-7280. Address any questions to SrA Ashley Taillard at (402) 232-5032 or Mrs. Bianca Bowles at (402) 232-8657. Thank you for your time and effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3HSK19202A001/listing.html)
- Place of Performance
- Address: 901 SAC blvd. Suite 2H9, Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN01946573-W 20090911/090910000136-140cb83744102d0b5cb31a62125f6bf1 (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 |