Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665

Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL, 36112-6334

67 -- PURCHASE/INSTALL PROJECTORS SOL F01600-00-T0958 DUE 082400 POC Mary Peters, Contract Specialist, Phone 334-953-2560, Fax 334-953-2198, Email mary.peters@maxwell.af.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F01600-00-T0958&LocID=512. E-MAIL: Mary Peters, mary.peters@maxwell.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. Solicitation number F01600-00-T0958 is issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-19, and Defense Federal Acquisition Regulation supplement, Defense Change Notice (DCN) 20000731. It is the contractors_ responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% Set-Aside for Small Business. The Standard Industrial Classification Code is 3861 with a small business size standard of 500 employees. Contractor shall furnish and install the following items: 0001 _ 42 each, Proxima 9260 LCD Projectors, or equal; 0002 _ 42 each, PBM 905L 16 Ceiling Mount with AST-2446 Ceiling Pole, or equal; 0003 _ 50 ft. Tru Spec VGA M/M Cables, or equal; 0004 _ 50 ft, Serial Mouse Cables, or equal; 0005 _ 50 ft RCA Cables, or equal; 0006 _ Installation. FOB is Destination, Maxwell AFB AL 36112. Warranty information shall be provided with proposal. A pre-proposal site visit is required for all vendors interested in submitting a proposal. A site visit will be held 17 August 2000 at 3:30 PM, 125 Chennault Circle, Building 1403, Maxwell AFB AL. A 24-hour response time for service calls is required. If proposing an equal item, the manufacturer_s name, part number and complete specifications must be included with proposal. Required delivery and installation shall be 45 days or less after receipt of award. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Mar 2000) applies to this acquisition. Submit signed and dated proposals on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose proposal conforms to the solicitation and is the best value to the government. In addition to price, the following factor shall be used to evaluate proposals: past performance. The Government reserves the right to evaluate delivery capability and make a best value decision. The contractor must be registered in the Central Contractor Registration database. Award will be made to a single source that can provide all parts and installation. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2000) and DFARS 252.212-7000, Offeror Representations and Certifications_Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Sep (1999) with the proposal. Clauses and provisions may be accessed via the internet, http://farsite.hil.af.mil. The clause at FAR 52.212-4 (May 1999), Contract Terms and Conditions-Commercial Items (May 1999), is incorporated into this RFP and is addended to add the following clauses: 52.211-6, Brand Name or Equal; 52.219-6, Notice of Total Small Business Set-Aside and 52.219-6 Alternate I, Notice of Small Business Set-Aside. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2000) is applicable. The following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer_Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. The following FAR clauses under paragraph (c) are also applicable: 52.222-41, Service Contract Act of 1965, as Amended (May 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). In compliance with the Service Contract Act of 1965,as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Employee Class 23181, Electrician Technician, Maintenance: $11.40. FAR 52.222-44, Fair Labor Standards Act and Service Contract Act_Price Adjustment (May 1989) is applicable. Wage Determination No. 94-2011 applies to this acquisition. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2000) applies to this RFP. The following additional DFARS clauses under paragraph (a) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Request for Equitable Adjustments, 252.247-7023, Transportation of Supplies by Sea. DFARS 252.204-7004, Required Central Contractor Registration and 252.225-7002, Qualifying Country Sources as Subcontractors are also applicable. The Defense Priorities and Allocations System rating is C9E. Offers are due no later than 3:00 PM, CST, on 24 August 2000. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-2198, ATTN: Mary Peters, or emailed to mary.peters@maxwell.af.mil. Vendors must submit specifications for any item(s) that is offered as an _equal_ to those specified. Reference the solicitation number and provide delivery date on the proposal. Please email or fax any questions/comments to Mary Peters (fax and email information Posted 08/14/00 (D-SN485542). (0227)

Loren Data Corp. http://www.ld.com (SYN# 0291 20000816\67-0005.SOL)

67 - Photographic Equipment Index  |  Issue Index |


Created on August 14, 2000 by Loren Data Corp. -- info@ld.com