Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

58 -- LCD Monitors and Interactive White Boards - Statement of Work

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2UT050154A001
 
Archive Date
8/3/2010
 
Point of Contact
David Berling, Phone: 623-856-7179 x236, Christopher R. Williamson, Phone: 623-856-7179 x288
 
E-Mail Address
david.berling@luke.af.mil, christopher.williamson@luke.af.mil
(david.berling@luke.af.mil, christopher.williamson@luke.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work explaining contract requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The reference number applicable to this announcement is F2UT050154A001. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2005-42, 16 June 2010 and all DFARS Change Notices through 20100623. This requirement is 100% set-aside exclusively for service disabled veteran owned small businesses; NAICS code: 334310; Size Standard: 750. Bidding Schedule Information: Contract Line Item Number (CLIN): 0001; Description of Requirement: This requirement provides for a turnkey purchase and installation of related audio/video equipment IAW the developed statement of work to upgrade the 425 Fighter Squadron's briefing, scheduling, teleconferencing, etc. systems located at Building 840, Luke AFB, Arizona; Quantity: One (1); Unit of Issue: Lump Sum. Desired delivery/installation: Sixty (60) days after date of contract (ADC); FOB is at destination, Luke AFB, Arizona. Evaluation: A best value determination will be made on the lowest priced technically acceptable approach. Vendors shall quote on all items. Any quote that fails to cite a price for each item will be rejected as technically unacceptable. The quote will be technically acceptable if it meets the requirements of the statement of work. Vendor must provide a quote of the specified items that meet the salient characteristics of the item. Quotes must list the manufacturer and part number and must be accompanied by descriptive literature/photograph. The following clauses and provisions apply to this acquisition: FAR 52.212-1-Instructions to Offerors-Commercial Items; FAR 52.252-1-Solicitation Provisions Incorporated by Reference, (Fill-In: http://farsite.hill.af.mil/); FAR 52.252-5-Authorized Deviations in Provisions, (Fill-In: Defense Federal Acquisition Regulation Supplements (DFARS), 48 CFR Chapter 2, respectively); FAR 52,222-22-Previous Contracts and Compliance; FAR 52.222-25-Affirmative Action Compliance; FAR 52.212-3-Offeror Representations and Certifications-Commercial Items, (If offeror has not completed the On-Line Representations and Certifications (ORCA) in conjunction with the required Centralized Contractor Registration (CCR), the offer shall complete and return these representations and certifications with their initial offer); FAR 52.225-18-Place of Manufacturer; DFARS 252.247-7023-Transportation of Supplies by Sea; DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.204-7006-Billing Instructions; FAR 52.252-6-Authorized Deviations in Clauses, (Fill-In: Defense Federal Acquisition Regulation Supplements, 48 CFR Chapter 2); FAR 52.252-2-Clauses Incorporated by Reference, (Fill-In: http://farsite.hill.af.mil/); FAR 52.233-4-Applicable Law for Breach of Contract Claim; FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.247-34-F.O.B. Destination; FAR 52.209-6-Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4-Contract Terms and Conditions-Commercial Items; FAR 52.219-6-Notice of Total Small Business Set-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 52.222-36-Affirmative Action for Workers With Disabilities; FAR 52.222-50-Combating Trafficking in Persons; 52.223-16 Alt I-IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 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 52.253-1-Computer Generated Forms; DFARS 252.203-7000-Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002-Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7003-Control of Government Personnel Work Products; DFARS 252.204-7004 Alt A-Central Contractor Registration; DFARS 252.225-7001-Buy American Act And Balance Of Payments Program; DFARS 252.225-7002-Qualifying Country Sources as Subcontractors; DFARS 252-232-7003-Electronic Submission of Payment Requests and Receiving Reports; DFARS 252-232-7010-Levies on Contract Payments; 252-239-7001-Information Assurance Contractor Training and Certification; DFARS 252.243-7001-Pricing of Contract Modifications; L-733-Addendum to 52.212-4-Contract Terms and Conditions-Commercial Items; L-734-Ombudsman; and L-713-Electronic Submission of Payment Requests. A site visit will be held at bldg 840 on Friday 9 July at 8:30AM Pacific Standard Time (PST). If interested in attending the site visit please contact David Berling at 623-856-7179 x233 or by email at david.berling@luke.af.mil for base access instructions. Following the site visit, potential contractors can submit questions in writing to David Berling until COB (4:30PM PST) 13 July 2010 by emailing them to david.berling@luke.af.mil. All questions with answers will be posted in an attachment and or an amendment on the Federal Business Opportunities pages shortly after 13 July. Contractors are responsible for submitting their responses by 19 July 2010 at 4:30PM Pacific Standard Time (PST) in order to be considered timely. In addition to the submission of offeror's pricing proposal, the offeror shall include a brief technical summary (not to exceed 3 pages) demonstrating the offeror's understanding and approach in fulfilling all aspects of the statement of work, including but not limited to integration of existing Government-furnished materials/equipment. Offers shall be submitted electronically, or FAX's to (623) 856-3447. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quotes is "late" and will not be considered unless, it is the only quote received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2UT050154A001/listing.html)
 
Place of Performance
Address: 425 Fighter Squadron Bldg 840, Luke AFB, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN02194431-W 20100703/100701235521-3972a68d046f29e904065fe4a6442478 (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.