Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

70 -- SECURE VIDEO TELECONFERENCING SYSTEM - SOO - RFQ Template

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N0A25244A001
 
Archive Date
10/9/2015
 
Point of Contact
Desiree Snow, Phone: 662-434-7777, Terrell Phillips, Phone: 6624343661
 
E-Mail Address
pauline.snow@us.af.mil, terrell.phillips@us.af.mil
(pauline.snow@us.af.mil, terrell.phillips@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ Template Statement of Objectives for Secure VTC This is a combined synopsis and solicitation for commercial items prepared in accordance with 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 a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N0A25244A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015. This acquisition is Full and Open with no restrictions. The associated North American Industry Classification System (NAICS) code is 334210 and the small business size standard is 1000 employees. Columbus Air Force Base has a need for two Secure Video Teleconferencing systems. The following items and quantities (Qty) are requested: 1. Vidyo HD room system Secure Video Teleconferencing System to include Sony EVI-HD7 high performance HD 1080P60 camera; all aspects of the system and camera unit are to be " brand name or equal" from approved product list Qty: 2 ea 2. Quattro echo cancelling Speaker phone all aspects of the system is to be " brand name or equal" from the approved product list; Qty: 2 ea 3. 55" LED/LCD Display with speakers, VGA connections and 3 year warranty; Qty: 2 ea 4. Large tilt wall mount; Qty: 2 ea 5. PDS lockbox for Secure connection; Qty 2 ea 6. Drop Down Screen for SVTC; Ceiling Flush Mounted; Qty: 2 ea 7. Digital Touchpad system for SVTC integration; Qty: 2ea 8. Projectors and ceiling mounts; Qty: 2ea 9. 1 Year Maintenance Service Agreement; Qty: 2 ea 10. Shipping and Delivery; Qty: 1 ea 11. Installation, configuration, testing, and end user training; 40 hours provided by a Department of Defense (DoD) IT Occupation schedule equivalent hire as a Computer Programmer II; Qty; 2 ea Applicable Provisions/Clauses: Federal Acquisition Regulation (FAR): 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the online registration via the SAM site at https://www.sam.gov/portal/public/SAM/ ; ensure information is accurate and current. 52.204-7, System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders applies; specifically the following clause. 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-17, Government Delay of Work 52.219-1, Alt I, Small Business Program Representations 52.222-25, Affirmative Action Compliance 52.223-3, Hazardous Material Identification and Material Safety Data Para (b) Material. Insert: _______ Para (b) Identification No. Insert: _______ 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-15, Contractor Responsibility for Loading and Unloading 52.252-1, Solicitation Provisions Incorporated by Reference with the following fill-in: http://farsite.hill.af.mil/vffara.htm 52.252-2, Clauses Incorporated by Reference with the following fill-in: http://farsite.hill.af.mil/vffara.htm 52.252-5, Authorized Deviations in Provisions Defense Federal Acquisition Regulation Supplement (DFARS): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998, Prohibition on Contraction with Entities that Require Certain Internal Confidentiality Agreements 252.203.7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-00010) 252.204-7003, Control of Government Personnel Work Product 252.209.7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Deviation 2015-00010) 252.209-7998 Representation Regarding Conviction of a Felony Criminal (Deviation 2012-00007) 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2012-00004) (Jan 2012) 252.211-7003, Item Unique Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Modifications 252.247-7023, Transportation of Supplies by Sea Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses: 5352.201-9101, Ombudsman 5352.223-9001, Health and Safety on Government Installations. 5352.242-9000, Contractor Access to Air Force Installations Award will be made based on the offeror who represents the best value to the Government in terms of the Lowest Price Technically Acceptable : An evaluation for acceptability will be performed on each quote in accordance with FAR 15.101-2 (b). Technical: 1. The offeror will be considered technically acceptable if there are no exceptions to the requirements in the Statement of Objectives/Technical Requirement Package (SOO/TRP). 2. Provide a Work Plan that identifies: The personnel performing the installation. Contractor must identify the onsite supervisor and company project officer and contact information for the project in case government personnel need to discuss any aspects of the project. The contractor must demonstrate that the personnel installing the equipment have experience with audio visual equipment installation.To be considered technically acceptable, no technical factor in the proposal may be determined to be unacceptable. The failure of a quote submission to meet all of the requirements under any factor will result in a technically unacceptable rating and preclude award. Provide product sheets for all products and a Work Plan IAW the SOW. Price: The proposal that provides the lowest price and is otherwise technically acceptable in all factors will be selected for award. All offers must be submitted by e-mail to the Contract Specialist no later than 24 Sept 2015 by 2:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer. If a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. All quotations must be valid for a minimum of 30 days from the response due date. Questions need to be in NLT 21 Sept 15, 4:00 p.m. CST. Contact Desiree Snow, Contracting Specialist, telephone (662) 434-7777, or e-mail pauline.snow@us.af.mil regarding any questions about this solicitation. Attachments: SOO/TRP dated 9/17/15 Request for Quotation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N0A25244A001/listing.html)
 
Place of Performance
Address: 14 FTW Command Post, 555 Seventh Street, Columbus AFB, MS 39710, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN03890783-W 20150919/150917235349-de2821cbf96ca96b7e3eaf6d18bb285c (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.