Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

58 -- Remote Broadcasting System - BB-14-059 Remote Broadcasting Equipment

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications 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
BB-14-059
 
Archive Date
9/18/2014
 
Point of Contact
Ryan J. Francies, Phone: (719) 556-4713, Phillip Green, Phone: 7195566411
 
E-Mail Address
ryan.francies@us.af.mil, phillip.green.3@us.af.mil
(ryan.francies@us.af.mil, phillip.green.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attch 3 - Itemized Listing Attch 2 - Contractor Submittal Form Attch 1 - Additional Terms & Conditions Combined Synopsis/Solicitation BB-14-059 (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) Solicitation BB-14-059, Remote Broadcasting System, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. (iv) This acquisition is being procured as a Full & Open Competition, brand name or equal products. The NAICS code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The size standard is 750 employees and a single award will be made as a result of evaluation of quotes received. (v) The following is a list of contract line item number(s) and items and respective quantities. CLIN 0001 - Remote Broadcasting System to include equipment and accessories in accordance with Itemized Listing. (vi) DESCRIPTION: The items being obtained for this acquisition are a Remote Broadcasting System in accordance with Attch 3 - Itemized Listing. The Sony AWS-750 Anycast Touch is determined to be the best fit for this requirement, all other items are recommended items that are compatible with the Sony Anycast product. Any "equal" items proposed in place of the attached itemized listing must be of equal or better quality in the areas of production, broadcast abilities, reasonably mobile capabilities, and feature ease-of-use for the end user. The system must be capable of an upload rate of 10 MB/sec and a minimum download of 2MB/sec. (vii) Delivery terms are 30 days after date of contract award. FOB Destination shipped to Peterson AFB, CO. (viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in paragraph (iv) of this solicitation. (ix) FAR 52.212-2 -- Evaluation -- Commercial Items (a) 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) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not clearly meet the minimum requirements of the solicitation. A vendor's quotation will be considered technically acceptable if it quotes the brand name items and part numbers in accordance with Attch 3 - Itemized Listing. If a vendor chooses to quote a product that it considers equal to the brand name items and parts in the Itemized Listing, then the Government will evaluate those items in accordance with the quality and capabilities in accordance with paragraph (vi) of this solicitation. Additionally, vendors shall submit sufficient information along with equal items quoted in accordance with FAR 52.211-6. Quotations that do not meet this requirement will be considered unacceptable and will not be considered for award. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR 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 an acceptable/unacceptable basis. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable 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, with Alternate I, is applicable to this acquisition. Ensure all Representations and Certifications are updated in SAM. See Attachment 2, Contractor Submittal Form, for full text and applicable fill-ins. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 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 (DEVIATION), applies to this acquisition. See Attachment 1 for full text. Additional terms and conditions apply to this solicitation and are found in Attachment 1 Terms and Conditions. (xiii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xiv) Attachment 2 - Contractor Submittal Form and Attachment 3 - Itemized Listing must be fully completed and submitted with the offeror's quote. Quotes are due via e-mail not later than 4:00 PM, MST Wednesday, 3 September 2014. If you have any questions, please submit them in writing not later than 4:00 PM, MST Tuesday, 2 September 2014. All quotes and questions (if applicable) should be submitted to 21cons.lgcbb@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xv) For additional information regarding this solicitation please contact the Contracting Officer Ryan Francies at 21cons.lgcbb@us.af.mil. Ensure you reference the solicitation number in the Subject Line. RYAN J. FRANCIES, SrA, USAF Contracting Officer Attachments: 3 1. Terms and Conditions 2. Contractor Submittal Form 3. Itemized Listing
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/BB-14-059/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03484977-W 20140830/140829022256-bcb7ef1e0c623c65f3d9f2c88a393f93 (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.