Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2009 FBO #2874
SOLICITATION NOTICE

63 -- BDOC Workstation Equipment

Notice Date
10/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-10-Q-UJ01
 
Archive Date
10/24/2009
 
Point of Contact
Ursela C. Jackson, Phone: 7577644923
 
E-Mail Address
ursela.jackson@langley.af.mil
(ursela.jackson@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation will be issued on Federal Business Opportunities web site: http://www.fedbizopps.gov/. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-10-Q-UJ01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is set-aside for 100% small businesses under NAICS code is 334290 with a 750 size standard. The 1st Contracting Squadron has a requirement to procure the following items: CLIN 001 AA - VICADS System Server, QTY: 1 EA CLIN 002 AA - VICADS Client Workstation, QTY: 1 EA CLIN 003 AA - VICADS Softwall Workstation, QTY: 1 EA CLIN 004 AA - VICADS Softwall License, QTY: 1 EA CLIN 005 AA - 24 Port Network Switch, QTY: 1 EA CLIN 006 AA - VCC Bundle, QTY: 1 EA CLIN 007 AA - ITACS Processor, QTY: 1 EA CLIN 008 AA - ITACS Plasma Monitor, QTY: 1 EA CLIN 009 AA - VICADS Plasma Monitor, QTY: 5 EA CLIN 010 AA - Interactive "Smart Board", QTY: 2 EA CLIN 011 AA - Remote VCC Laptop Computer, QTY: 1 EA CLIN 012 AA - VICADS Licence (Per Camera), QTY: 7 EA CLIN 013 AA - 4 Channel Fixed Camera Encoder, QTY: 2 EA CLIN 014 AA - Network Video Recorder, QTY: 1 EA CLIN 015 AA - Flat Panel Display, QTY: 2 EA CLIN 016 AA - KVM over Cat5, QTY: 2 EA CLIN 017 AA - Video Motion Detection Server, QTY: 1 EA CLIN 018 AA - Video Processing Unit, QTY: 2 EA CLIN 019 AA - 19" Rack, QTY: 1 EA CLIN 020 AA - 19" Monitor/KVM, QTY: 1 EA CLIN 021 AA - Uninterrupted Power Supply (UPS), QTY: 4 EA CLIN 022 AA - Rack Mounts, QTY: 4 EA CLIN 023 AA - Video Motion Detection License, QTY: 13 EA CLIN 024 AA - Installation & Training, QTY: 320 EA CLIN 025 AA - Misc Material, QTY: 1 EA CLIN 026 AA - Project Management, QTY: 80 EA Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB Destination to Langley Air Force Base, VA. The required delivery date is 13 November 2009. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item and FAR 52.212-2 - Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: price and other factors to be considered. Offerors need to be properly registered in ORCA in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.204-8, Annual Representations and Certifications; FAR 52.219-6, Notice of Total Small Business Aside; 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 and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-3, Protest After Award; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.225-1, Buy American Act; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; FAR 52.252-2, Incorporated by Reference; FAR 52.252-6, Authorized Deviation. The clause at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; FAR 203-3, Gratuities; DFARS 252.204-7004, Central Contractor Registration (Alt A); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.243-7001, Pricing of Contract Modifications. The following clauses applies to the solicitation: 5352.242-9000 Contractor Access, and 5352.201-9101, Ombudsman. All firms must register in the Central Contractor Registration (CCR) database @ www.ccr.gov database prior to any contract award. The above provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, which will be most advantageous to the government. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, delivery date and information, GSA Contract No. (if applicable), date offer expires, warranty, line item unit price, and total cost. This announcement will close and quotes are due by 12:00 PM (EST) on 9 October 2009. Signed and dated offers may be submitted by email or facsimile to the 1st Contracting Squadron/LGCB, ATTN: Ursela C. Jackson, 74 Nealy Avenue, Langley AFB, VA 23665-2088. POC for any questions: Ursela C. Jackson, 757-764-4923, fax 757-225-7447, or e-mail ursela.jackson@langley.af.mil or the Contracting Officer, Patricia F. Ward, 757-764-9059, or e-mail: patricia.ward@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-Q-UJ01/listing.html)
 
Record
SN01980363-W 20091007/091006000906-6f4ec5c15e447fd9d460249d59afa00a (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.