|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West
ENT, Suite 200, Fairchild AFB, WA, 99011-9403 J -- AUDIO VISUAL EQUIPMENT UPGRADE SOL F45613-00-T0249 DUE 053100 POC
Jeff Chronister, Contract Specialist, Phone (509)247-2232, Fax
(509)247-2073, Email jeff.chronister@fairchild.af.mil -- Laurie Whelan,
Contracting Officer, Phone (509)247-3859, Fax (509)247-2073, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F45613-00-T02
49&LocID=761. E-MAIL: Jeff Chronister,
jeff.chronister@fairchild.af.mil. PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES CLASSCOD: J_Maintenance, Repair, and Rebuilding of
Equipment OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200),
Fairchild AFB, WA 99011-9403 SUBJECT: J_REWIRE RESISTANCE TRAINING
CONTROL CENTER AUDIO VISUAL EQUIPMENT SOL F4561300T0249 DUE 31 MAY 00
POC TSgt Jeff Chronister (509) 247-2232, Contracting Officer: Laurie D.
Whelan (509) 247-3859 This is a combined synopsis/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 will not be issued.
Solicitation F4561300T0249 is issued as a request for quote. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-17. Standard
Industrial Code is 7699. Small business size standard is 500 employees.
This requirement is asmall business set-aside. Unit Small Business
Specialist, Mr. David E. Olson (509) 247-4880; link to USAF Small
Business, http://www.selltoairforce.org; link to SBA,
http://www.sba.gov; link to the unit public information web site,
http//www.fairchild.af.mil/92arw/index.htm. The contractor shall rewire
the audiovisual/communication system in the Resistance Training Center
at Fairchild AFB, WA. This upgrade may be accomplished using the
following materials: Altinex 16X8 Matrix Switches (2ea); Altinex 16X4
Matrix Switches (2ea); Valcom 1020C Amplified Speakers (24ea); Valcom
V9916 Speaker Back Boxes (24ea); Valcom V9914-5 Speaker Assembly Tile
Supports (24ea); Valcom VP1024 Power Supplies (2ea); Astatic WM625
Ceiling Microphones (24ea); AMX Accent 3 Pro Controller (1ea); AMX
PS4.2 Power Supply (1ea); AMX AXM-SP Control Panel (1ea); West Penn 291
Microphone Cable (6ea); Four Conductor Speaker/Power Cable (6ea);
Liberty 22/18-STR Axlink Contro Cable (1ea). _When bidding on an _or
equal_ product, please specify the manufacturer and part number in the
Bid Schedule template and submit descriptive literature for each item
with your offer._ The performance period shall be within 30 days after
contract award. There will be a site visit on 24 May 00 at 1300;
contractors wishing to quote are to meet at the contracting office, 110
W Ent St, Bldg 2451, FAFB, WA. Alternate site visits can be scheduled
with TSgt Jeffrey A. Chronister at (509) 247-2232. The provisions at
FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2000)
applies to this acquisition. Offerors may submit their offer via mail
or fax at 509-247-2073 or 509-247-9870. The provisions at FAR 52.212-2,
Evaluation-Commercial Items (Jan 1999) applies to this acquisition. (a)
The basis for Contract Award: The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforms to the solicitation requirements and will provide the best
value to the Government considering price and past performance. The
award is as follows: (1) All responsible offerors whose offer conforms
to the solicitation requirements will be ranked by the quoted price
from lowest to highest. (2) The Government reserves the right to award
a contract to other than the lowest price offeror if that offeror is
not considered to be a low performance risk as described in paragraph
(b) below. (3) If the offeror offering the lowest price offer is
considered to be a low performance risk, this offeror_s quote
represents the best value for this acquisition and award shall be made
to the offeror. If the low offeror is not considered to be low risk,
then the second low responsible offeror will be evaluated, etc. The
lowest priced, low risk, responsible offeror will receive the award.
(b) Performance Risk Assessment: (1) The Government will conduct an
assessment of performance risk based on the offeror_s recent and
relevant performance. In assessing performance risk, the Government
will (a) seek questionnaires; and (b) use data independently obtained
from other Government and Commercial sources. (2) The purpose of this
assessment is to identify and review relevant present and past
performance and then make an overall risk assessment of the offeror_s
ability to perform this effort. The assessment process will result in
one of six ratings: Exceptional, Very Good, Satisfactory, None,
Marginal, or Unsatisfactory. The risk assessment represents the
Government_s judgement of the probability of an offeror successfully
accomplishing the proposed effort based on the offeror_s demonstrated
present and past performance. (c) Offerors shall provide with their
proposal a list of at least 3 of the most recent and relevant past and
present contracts in connection with audiovisual
equipment/communication system upgrade for Federal Agencies and
commercial customers within the last 3 years. (1) Furnish the following
information for each contract: a. Company/division name, b. Service
accomplished, c. Contracting agency, d. Contract number, e. Contract
dollar amount, f. Period of performance, g. Name, address, FAX number,
and telephone number of the Contracting Officer, h. Comments regarding
compliance with contract terms and conditions, i. Comments regarding
any known performance deemed not acceptable to the customer or not in
accordance with the contract terms and conditions. (d) Offerors should
submit sufficient information and in the format specified to enable
the Government to fully ascertain each offeror_s capability to perform
all the requirements contemplated by this solicitation. Offerors may
be asked, at the discretion of the Government, to provide additional
information for clarification. Questionnaires may only be sent on the
four lowest priced offers. The provision at FAR 52.212-3, Offeror
Representations and Certifications _ Commercial Items (Feb 2000)
applies to this acquisition. A completed, signed copy of this provision
shall be submitted with any quotation. The clause at FAR 52.212-4,
Contract Terms and Conditions _ Commercial Items (May 1999) applies to
this acquisition. The clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (Feb 2000) applies to this acquisition. Under
para (b), the following clauses are incorporated: 52.222-26, Equal
Opportunity (E.O. 11246) (Feb 1999); FAR 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212)
(Apr 1998); FAR 52.222-36, Affirmative Action for Workers with
Disabilities (29 USC 793) (Jun 1998); FAR 52.222-37, Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212) (Jan
1999); FAR 52.222-41 Service Contract Act of 1965 as amended (41 USC
251) (May 1989); FAR 52.222-42 Statement of Equivalent Rates for
Federal Hires (29 USC 206 and 41 USC 351) (May 1989); Equivalent Rate
applicable to this acquisition is Electrician, WG-2805-10, at
$16.95/hr.; FAR 52.223-3 Hazardous Material Identification and Material
Safety Data (Jan 1997) and DFARS 252.223-7001 Hazard Warning Labels
(Dec 1991); FAR 52.232-33 Payment by Electronic Funds Transfer _
Central Contractor Registration (May 1999). The clause at FAR 52.219-6,
Notice of Total Small Business Set-Aside (Jul 1996) applies to this
acquisition. The clause at DFARS 252.204-7004, Required Central
Contractor Registration (CCR) (Mar 2000), is applicable to this
acquisition, (Important Note: A contractor cannot receive an award
until registered in CCR); DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
applicable to Defense Acquisitions of Commercial Items (Mar 2000) is
applicable to this acquisition. Offers are due by 31 May 2000 NLT 3:00
PM by either mail or fax. Mail to the 92d Contracting Squadron, 110 W.
Ent St, Suite 200, Fairchild AFB, WA 99011-9403 or fax to (509)
247-2073 / (509) 247-9870, Attn: POC: TSgt Jeffrey A. Chronister @
509-247-2232. This requirement is a 100% Small Business Set-Aside.
Simplified Acquisition Procedures will be utilized. Posted 05/12/00
(D-SN454274). (0133) Loren Data Corp. http://www.ld.com (SYN# 0023 20000516\J-0004.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|