Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SOLICITATION NOTICE

T -- EXPANDABLE HORIZONTAL RADIUS QUICK SEAM MODULAR CYCLORAMA SYSTEM, CHROMA-KEY STUDIO SYSTEM - F1SEAA5112B101 - Combined Synopsis/Solicitation

Notice Date
5/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1SEAA5112B101
 
Archive Date
6/19/2015
 
Point of Contact
Kent D. Kundert, Phone: 6612771993, Alberto J. Safille, Phone: 6612772704
 
E-Mail Address
kent.kundert.1@us.af.mil, alberto.safille@edwards.af.mil
(kent.kundert.1@us.af.mil, alberto.safille@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7992, Representation of Tax Liability or Felony Conviction Combined SS - F1SEAA5112B101 Combined Synopsis/Solicitation - F1SEAA5112B101 THIS IS A BRAND NAME OR EQUAL ACQUISITION AND IS A SMALL-BUSINESS SET ASIDE. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-82 and DFARs Change Notice (DPN) 20150420. NAICS is 423410 with a small business size standard of 500 employees. The Air Force Test Center (AFTC), at Edwards AFB, CA is seeking potential sources capable of providing an EXPANDABLE HORIZONTAL RADIUS QUICK SEAM MODULAR CYCLORAMA SYSTEM, CHROMA-KEY STUDIO SYSTEM, which includes the following Specifications: ***MINIMUM SALIENT CHARACTERISTICS*** (Brand Name or Equal Characteristic Minimally Acceptable or Equal Criteria Quantity): 0001: Expandable Horizontal Radius Quick Seam Modular Cyclorama Wall (1 Each): - Seamless wall to wall and wall to floor curved transition - Provide Infinity Wall solution for Chroma key video productions - Fit inside an 18' x 24' studio room and go up to 10' high - Ability to be disassembled and movable for remote use - All requirements delivered as one kit or package - Not curtain or fabric model types - Chroma Key Green compatible 0002: Chroma Key Flooring (1 Each): - Seamless wall to floor curved transition - Chroma Key Green compatible - Ability for the cyclorama floor to be walked on - Be easily cleaned with soapy water or a mild solution Delivery: 14 DARO Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination to Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. ***This is a Small-Business Set Aside*** OFFERORS MUST COMPLY WITH POLICY IN FAR 4.1102 for System for Award Management (SAM) registration requirements. INTERESTED OFFERORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL www.sam.gov. TO REGISTER WITH CCR, GO TO URL: www.sam.gov. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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. The following factors shall be used to evaluate offers: i. Price ii. Technical capability of the item offered to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following FAR provisions and clauses apply to this acquisition: Provision 52.211-6, Brand Name or Equal Provision 52.212-1, Instructions to Offerors--Commercial Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items Clause 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (to include: Clause 52.219-6, Notice of Total Small Business Set Aside Provision 52.222-22, Previous Contracts and Compliance Reports Clause 52.223-11, Ozone- Depleting Substances Clause 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following DFARs clauses apply to this acquisition: Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials Provision 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Clause 252.204-7015, Disclosure of Information to Litigation Support Contractors Provision 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations Clause 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations Clause 252.223-7008, Prohibition of Hexavalent Chromium Provision 252.225-7000, Provision Buy American Statute--Balance of Payments Program Certificate Clause 252.225-7001, Buy American and Balance of Payments Program Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area WorkFlow Payment Instructions Clause 252.232-7010. Levies on Contract Payments Clause 252.244-7000 Acquisition of Commercial Items Clause 252.247-7023 Transportation of Supplies by Sea The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Clause 5352.201-9101, Ombudsman The following factor shall be used to evaluate offers: Lowest price technically acceptable offer; technically acceptable is meeting all minimum salient characteristics. ***This is a Small-Business Set Aside*** Offeror's are instructed to complete the provision DFARS 252.209-7992, as attached, IN FULL TEXT. This must be returned with the offeror's quote. Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than 4 June, 2015 at 3:30 pm PST. E-mail address: kent.kundert.1@us.af.mil. Phone: 661-277-8317, Fax: 661-277-0470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SEAA5112B101/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave., Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03737906-W 20150522/150520235254-0316db09e60add40f34cb4b9dbfe38fa (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.