SOLICITATION NOTICE
59 -- Video Tele-Conferencing (VTC) & Audio-Visual equipment & complete installation thereof - Pricing Worksheet
- Notice Date
- 8/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-13-T-6022
- Archive Date
- 8/31/2013
- Point of Contact
- Wendy Farnsworth, Phone: (719) 556-0851, William T. Ray, Phone: 7195563843
- E-Mail Address
-
wendy.farnsworth.1@us.af.mil, william.ray.11@us.af.mil
(wendy.farnsworth.1@us.af.mil, william.ray.11@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- J&A for Other than Full and Open Competition Pricing Worksheet (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This solicitation, FA2517-13-T-6022 is being issued as a Request for Quotation (RFQ). Quotes must be good for 30 calendar days. A SITE VISIT will be held in the 302AW Wing Conference Rm, Bldg 893, Room 124 (860 Malmstrom St., Peterson AFB, CO) at 10:00 am MST on Wednesday, 7 Aug 2013. For those who do NOT have base access, please meet at the West Gate Visitor Center located off Powers Blvd (1334 West Stuart Ave, PAFB) at 9:15 am MST for this site visit. We will depart for Bldg at 9:45 am MST - anyone who is not ready to depart at this time will not be able to addend the Site Visit. All attendees MUST have a valid photo ID (i.e. Drivers license, Military ID, Passport or Student ID). Attendance is limited to two (2) persons per company. This limitation includes any subcontractor participation planned by the prime. The Offeror is responsible for all travel and billeting costs associated with the site visit and will not be reimbursed by the government. If you have any questions, please submit them in writing not later than (NLT) 4:00 pm MST on Thursday, 8 August 2013. All quotes and questions (if applicable) should be submitted to Wendy.Farnsworth.1@us.af.mil with a courtesy copy to both Mr. William Ray at William.Ray.11@us.af.mil and 21cons.lgcba@us.af.mil. All questions will be officially responded to as an amendment to the RFQ. Due to increased security requirements, notification of site visit attendees to the Contracting Officer is required no later than close of business (COB) on Monday, 5 Aug 2013. Point of contact is Ms. Wendy Farnsworth at (719) 556-0851, Wendy.Farnsworth.1@us.af.mil. Please email a courtesy copy of all correspondence to Mr. William Ray at William.Ray.11@us.af.mil and 21cons.lgcba@us.af.mil. Information needed on each individual to attend the site visit is as follows: Full name and name of the company being represented by the individuals, date of birth, driver's license number and state. The required information must be submitted via e-mail. Please ensure that all attendees have a valid picture ID in their possession. Attendees should not carry any cameras, sound recording equipment, backpacks or briefcases. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67 (dated 22 Jul 2013) and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS). (iv) This procurement is 100% small business set-aside. The NAICS code is 334310, Audio and Video Equipment Manufacturing. The size standard is 750 employees for manufacturers / 500 employees for nonmanufacturers. (See FAR 19.102, paragraph (f)). A single award will be made as a result of evaluation of quotes. As part of your quote, you are required to include the format from the itemized listing to include line item, warranty information, quantity, unit, description, price and total amount information or your quote will be considered nonresponsive. (v) Prospective Contractor quotes shall utilize the attached Pricing Worksheet (Attach 1) when preparing a quote. (vi) The following commercial item is requested in this solicitation: Purchase of Video Tele-Conferencing (VTC) and Audio-Visual equipment and complete installation thereof in the 302AW Wing Conference Rm, Bldg 893, Room 124, Peterson AFB, CO, in accordance with (IAW) the attached Statement of Work (SOW). The Government will award a Firm Fixed Price (FFP) contract. (vii) Advanced payments are not authorized. Commercial items shall be priced as FOB destination to Peterson AFB, CO. Delivery terms are 15 days After Date of Contract (ADC). (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. (JUL 2013), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999), (a) All interested vendors shall submit a quote to Wendy.Farnsworth.1@us.af.mil. Please email a courtesy copy of all correspondence to Mr. William Ray at William.Ray.11@us.af.mil and 21cons.lgcba@us.af.mil. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (1) Factor 1: Technical Capability: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraphs (v) through (vii) above. Quotations that do not meet these requirements will be considered unacceptable and will not be considered for award. Contractor must also provide documentation with quotation showing offeror is a CISCO Authorized Reseller in order to be considered technically acceptable. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4. Offers should be sufficiently detailed to demonstrate their reasonableness. (b) AWARD PROCESS: The Government will first evaluate all quotations on a pass or fail basis to determine whether the quote meets the specifications defined in (v) through (vii) above. Quotes will then be ranked according to price. The offeror who submits the lowest price and meets or exceeds the specifications defined in (v) through (vii) above will receive the award. The award will be made to that offeror without further consideration of any other offerors. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUG 2013), applies to this acquisition. All vendors must be registered in Online Representations and certifications (SAM) (https://www.sam.gov/portal/public/SAM/) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (JUL 2013), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2013) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition: 1. FAR 52.204-7, System for Award Management (JUL 2013) 2. FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontracting Awards (JUL 2013) 3. FAR 52.204-13, System for Award Management Maintenance (JUL 2013) 4. FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (MAY 2011) 5. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) 6. FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 7. FAR 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013) 8. FAR 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 9. FAR 52.222-26, Equal Opportunity (MAR 2007) 10. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 11. FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) 12. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 13. FAR 52.225-1, Buy American Act -- Supplies (FEB 2009) 14. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 15. FAR 52.232-33, Payment by Electronic Funds Transfer -- System for Award Management (JUL 2013) 16. FAR 52.233-4, Applicable Law for Breach Of Contract Claim (OCT 2004) 17. FAR 52.237-1, Site Visit (APR 1984) 18. FAR 52.247-34, F.o.b. Destination (NOV 1991) 19. FAR 52.252-2 -- Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil) The following DFARS Clauses are applicable to this solicitation: 1. DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 2. DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 3. DFARS 252.204-7004 Alternative A, System for Award Management (MAY 2013) 4. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 5. DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (JUN 2013) ***Fill-in and return with quotation*** 6. DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) 7. DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) 8. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 9. DFARS 252.232-7010, Levies On Contract Payments (Dec 2006) 10. DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 11. DFARS 252.246-7003, Notification of Potential Safety Issues (JUN 2013) 12. DFARS 252.247-7023, Transportation of Supplies by Sea (JUN 2013) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101, Ombudsman (NOV 2012) 2. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (NOV 2012) (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 10:00 am MST on 16 Aug 2013. (xvi) All questions regarding this solicitation must be submitted no later than (NLT) 4:00 pm MST on 8 Aug 2013. Submit your quote and any questions to Ms. Farnsworth, email address: Wendy.Farnsworth.1@us.af.mil with a courtesy copy to both Mr. William Ray at William.Ray.11@us.af.mil and 21cons.lgcba@us.af.mil All contractors providing a quote are required to complete the document below. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012- O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ______________ ____________________ ____________________ Company Name / Title Signature / Date Atch 1: Pricing Worksheet (Dated 1 Aug 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-13-T-6022 /listing.html)
- Place of Performance
- Address: 302AW Wing Conference Rm, Bldg 893, Room 124, Peterson AFB, CO 80914, Peterson AFB, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN03134099-W 20130803/130801235359-9d3261dea85063353447d3d859b56b1a (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 |