Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SOLICITATION NOTICE

99 -- Q-MATIC BRAND NAME ONLY REQUIREMENT

Notice Date
6/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124812T0036
 
Response Due
6/15/2012
 
Archive Date
8/14/2012
 
Point of Contact
Michelle Petterson, 270-798-7810
 
E-Mail Address
MICC - Fort Campbell
(michelle.r.petterson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. Closing Date: 22 June 2012, 4:00 p.m. (CT) 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. This combined synopsis-solicitation is issued as a request for quotation W91248-10-T-0036. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The NAICS code is 339950 and the small business size standard is 500 employees. NOTE: This solicitation is Unrestricted. The MICC Installation Contracting Officer, Fort Campbell, KY, has a requirement for to upgrade existing Q-Matic queuing system with additional hardware, software licenses, provide installation and training and warranties (see Bid Schedule). THE PROCUREMENT IS RESTRICTED TO Q-MATIC PRODUCTS AND AUTHORIZED DISTRIBUTORS ONLY. See Justification and Approval document. Items to be acquired are: Line Item 0001, Q-Matic Hardware Upgrades with: 1 each PC9079 System PC with printer, mouse, keyboard and monitor kit; 1 each External Q-Monitor Controller PC; 1 each TV-USB2 Adapter for TV to PC Connection; 1 each KVM Switchable Monitor Device; 1 each Q-Matic TP3110 Client Ticket Printer; 1 each Table Stand TP31XX; 1 each Ticket rolls, Black TP31XX/24 rolls; 1 each VU2077 Automatic Announcer; 3 each SPO9081 Speaker for VU2077 (ceiling mount); 1 each VU2077 Amp for VU2077; 1 each Hardware signage and cable; 2 each UPS Back-up 650VA 120V 8 outlet; 2 each 42" Flat Screen TV (w/o brackets); 2 each Tilting Wall mount bracket for 42" TVs; 1 each Audio/VGA Video over CAT5 - 4 port Transmitter; 2 each Audio/VGA Video over CAT5 - Receiver.; Line Item 0002, Q-Matic Software Licenses with: 1 each QSU9060, Q-Matic Monitor Administrator license; 1 each Q-Matic Monitor Administrator - Software license with CD; 1 each QTS4000 Q-Matic Monitor Player Software license with CD; 1 each QTS4010 Option for QTS4000 TV input; Line Item 0003, Installation and Training; Line Item 0004, Travel; Line Item 0005, Shipping and Line Item 0006, Warranties for hardware and software maintenance. Offerors shall only quote prices and quantities for items that are available for delivery within the specified time stated in the Delivery Requirements. The provision at 52.212-1 Instructions to Offerors - Commercial Items, is applicable to this solicitation with the exception of paragraphs (e) and (h). The provision at 52.212-2 Evaluation Commercial Items, applies to this solicitation. If an offeror has not completed the annual representations and certifications at the ORCA website, offerors are to complete paragraphs (b) through (i) of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items and submit with their offer. The contract clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest when subcontracting with contractors debarred, suspended or proposed for debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Contract clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is also applicable with the following additional DFARS clauses cited therein applicable: 252-203-7000, Requirements Relating to Compensation of Former DoD Officials, 52.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Transportation of Supplies by Sea ALT III; 252.247-7024 Notification of Transportation of Supplies by Sea. In addition the following clauses apply: 52.204-7, Central contra tor Registration; 52.247-34, F.o.B. Destination; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control Of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration Alternate A; 252.204-7008, Requirements for Contracts Involving Export-Controlled Items; 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing Of Contract Modifications and 52.246-17, Warranty of Supplies of a Noncomplex Nature; 52.246-20, Warranty of Services and 52.252-2, Contract Clauses Incorporated by Reference (fill-in http://farsite.hill.af.mil. Offers may be sent submitted via e-mail to the following address: edward.c.gosline.mil@mail.mil Vendors shall include CAGE Code, DUNS and TIN with their quote. In addition to their quote, vendors shall - if offering an "Equal" item includes descriptive literature that clearly indicates how the proposed equal item meets the physical, functional and performance characteristics as indicated above. Quotes are due 22 Jun 2012, 4:00 p.m. (CT) at Mission and Installation Contracting Command (MICC) Fort Campbell, Bldg. 2172, ATTN: LTC Ed Gosline, 13 St., Ft. Campbell, KY 42223-5355 email edward.c.gosline.mil@mail.mil or Kevin Day, email: kevin.j.day.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/20aab62d670c9486871487cc423861b7)
 
Place of Performance
Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02777624-W 20120617/120615235338-20aab62d670c9486871487cc423861b7 (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.