MODIFICATION
70 -- Removal and Installation of Audio Visual System
- Notice Date
- 12/18/2002
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- F04700-03-T-0006
- Response Due
- 12/19/2002
- Archive Date
- 1/3/2003
- Point of Contact
- Tracy Krebs, Contracting Specialist, Phone 661-277-8590, Fax null,
- E-Mail Address
-
tracy.krebs@edwards.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis for commercial supplies and services is prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice and Simplified Acquisition Procedures in Part 13. This notice constitutes the only solicitation; a Request for Quotation is being requested and written solicitation will not be issued. The SIC code is 5999 and the size standard is $6 M. The requirement is for the following: furnish all labor, tools, parts, materials facilities and transportation necessary for the removal and installation of the following equipment, supplies, and any upgrade necessary: DESCRIPTION OF REQUIREMENT: Involves the total removal of current audio and video equipment from Bldg. 1808, Edwards AFB, and the re-installation of said equipment into Bldg. 1199 and any upgrades required to make the system fully operational. STATEMENT OF WORK: Project will consist of three phases. Phase I will require the removal of all current audio and video equipment from Bldg. 1808 including, but not limited to, the equipment rack, the ceiling mounted CRT video projector and mount, the ceiling speakers, the podium with the current equipment, the electric screen, cables that are compatible with the new room?s size and configuration, and any of the following items; such as: (1) Mitsubishi VCR, (1) Sony Hi-8 VCR, (1) Sony Beta VCR, (1) computer and monitor, (1) Extron computer interface, (1) Extron MBC VGA computer interface cable, (1) Document camera, (1) Extron System 8 plus switcher, (1) equipment rack, (1) wireless microphone system, (1) Advantage One Bi-Amp Mixer, (1) EX Bi-Amp expansion mixer, (1) Crest CRV200 Amplifier, and (8) Ceiling speakers. All equipment will be tested before removal to verify it is in operational condition. All equipment removed will be inventoried and transported to the new location, Bldg. 1199, Edwards AFB. Phase II will include the installation of the existing audio and video equipment into Bldg.1199, Edwards AFB. The installation must maintain the equipment?s operation as equal to operation prior to removal, and may require some additional items for integration. Phase III will involve any required system upgrades necessary to utilize a 2500 lumens LCD projector and a 12 foot drop screen in the new facility. This is to include all labor, parts and materials necessary for the new 2500 lumens capability and 12 foot screen and to upgrade the current control system for the touch screen parts. The total removal and installation project requires the project to be completed within 14 days after contract award. Award will be made to the offeror whose quotation represents the best value to the government. A site visit will be held and is mandatory. The site visit is scheduled for 12 Dec at 9:00 AM. Please contact the Contract Specialist listed below not later than COB 11 Dec 02 to arrange for entry to the site. The following provisions and clauses apply: 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: <http://farsite.hill.af.mil> and <http://www.arnet.gov/far>. Provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The following clauses also apply: Clause 52.211-6, Brand Name or Equal; 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; 52.222-26, Equal Opportunity; 52.222-37, EmploymentReports on Special Disabled Veterans of the Vietnam Era; 52-225-1, Buy American Act, Balance of Payments Program, Supplies; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, Buy America Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program. Offers should be sent electronically to Tracy Krebs, Contracts Negotiator, by fax to 661-275-9648 or email to tracy.krebs@edwards.af.mil. For questions, please call Tracy Krebs, Contracts Negotiator at (661) 277-8590. Quotes are due on or before 4:00pm Pacific Standard Time, 19 Dec 02. Notice to potential offerors: Please note that Modification 4, originally posted on Dec. 16, 2002, is hereby rescinded in its entirety. The following information is applicable: 52.212-1 Instructions to Offerors--Commercial Items (Oct 2000) is hereby tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code is 5999 and the size standard is $6 M. (b) Submission of offers. Offerors are required to summit proposals in accordance with the instructions contained in subparagraph (g) hereof. Facsimile offers are not authorize. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) It was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (d) Contract Award. The Government intends to evaluate offers and award a contract without discussions with offerors except clarifications, if deemed necessary, as described in FAR 15.305(a). Therefore, the offerors initial offer should contain the offeror?s best terms from a price and acceptability standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (f) Data Universal Numbering System (DUNS) Number. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet to obtain one at no charge. An offeror within the United States may call 1-800-333-0505. The offeror may obtain more information regarding the DUNS number, including locations of local Dun and Bradstreet Information Services offices for offerors located outside the United States, from the Internet home page at http://www.customerservice@dnb.com. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at globalinfo@mail.dnb.com. (g) Instructions to Offerors (ITO). 1.0 GENERAL INFORMATION/INSTRUCTIONS 1.1 Points of Contact The Contract Negotiator (CN), Ms. Tracy Krebs, is the sole points of contact for this acquisition. Address any questions or concerns you may have to the CN at (661) 277-8590, e-mail tracy.krebs@edwards.af.mil. 1.2 Central Contractor Registration (CCR) To be eligible for award an offeror MUST BE registered in the Central Contractor Registration (CCR) database pursuant to Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 204.73. Any offeror, who is not registered, may register at http://www.ccr.gov/index.cfm. Offerors not registered are highly encouraged to immediately register. 1.3 Debriefings Offerors may request debriefings, pursuant to FAR 15.505 and FAR 15.506, by providing a written request to the CO. 1.4 Discrepancies/Ambiguities If an offeror believes that the requirements in these instructions contain an error, omission or are otherwise unsound, the offeror shall immediately notify the CO, in writing, with supporting rationale. Correspondingly, the offeror shall immediately give written notification to the CO of ambiguities in the solicitation, including the statement of work (SOW). 1.5 Distribution Mail or hand deliver the original/copies of the proposal to the CN at AFFTC/PKD, 5 South Wolfe Ave., Building 2800, Edwards AFB, CA 93524, Attention Ms. Tracy Krebs, Solicitation Number F04700-03-T-0006 by 4:30 PM, 19 Dec. 2002. 2.0 PAST PERFORMANCE 2.1 Format 2.1.1 Use the following Performance Information Form (PIF) for the past and present performance information. This information is required on the offeror and all key personnel, subcontractors, and teaming and/or joint venture partners proposed to perform a major portion of the proposed services based on the total proposed price, or perform aspects of the services the offeror considers critical to overall successful performance. The Government will use information provided by the offeror in this volume and information obtained from other sources in the evaluation of the Past Performance Factor. 2.1.2 Provide a separate, thoroughly, completed form for each contract submitted, including factual, concise and clear comments regarding your performance on the contracts. PERFORMANCE INFORMATION FORM (PIF) A. Offeror Name (Company/Division): CAGE Code: DUNS Number: If Other than the Prime Offeror, Identify Prime Offeror: B. Project Title: C. Contract Specifics 1. Contracting Agency or Customer: 2. Contract Number: 3. Contract Type(s): 4. Period of Performance: 5. Has the contract been entered into the Contractor Performance Assessment Reporting System (CPARS)? Yes OR No D. Brief Description of Contract as __Prime or __Subcontractor Indicate the type of services provided and highlight portions considered most relevant to the Removal/Installation acquisition. E. Completion Date F. Primary Customer Points of Contact. For Government contracts, provide the following for the Program Manager, Procuring Contracting Officer or Administrative Contracting Officer. For Commercial contracts, provide equivalents to aforementioned Government roles. NOTE: Ensure the individuals identified are currently available to provide past performance information if requested by the Government. 1. Name: 2. Office: 3. Address: 4. FAX Number: 5. E-mail Address: 6. Commercial Telephone Number: 7. DSN Telephone Number: G. Address any technical, management, schedule, or other meaningful details about this contract considered unique. H. Thoroughly describe how the contract is relevant and any problems encountered using the instructions in ITO para 2.4. 2.3 Page and Submission Limits 2.3.1 Page Limits Completed PIFs should contain enough information for the CN to effectively evaluate the offeror?s capability, and should not exceed 3 pages. 2.3.2 Submission Limits PIFs are limited to three (3) contracts that are current, recent and relevant in demonstrating your ability to perform the proposed audio visual removal and re-installation requirement.. I. AWARD SECTION -- BASIS FOR AWARD AND EVALUATION FACTORS 1.0 Basis for Contract Award The Government will select the best overall offer based upon a comparative assessment of Past Performance and Price of acceptable Mission Capability proposals. This is a Performance Price Tradeoff (PPT) source selection, conducted in accordance with Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.101-1, in which tradeoffs are conducted between past performance and price. The AFFARS is available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. 1.2 Condition for Award Offerors are required to meet all solicitation requirements, such as terms, conditions, representations, certifications, and technical requirements, and be registered in the central contractor registration database (reference DFARS 252.204-7004 included as an Addendum to DFARS 252.212-7001 contained in this solicitation), in addition to the factors identified in paragraph 2.0 below to be eligible for award. Failure to comply with the terms and conditions of the solicitation may result in the offeror being removed from consideration for selection. 1.3 Pre-Award Survey The Government may conduct a pre-award survey (PAS) as part of this source selection. Results of the PAS, if conducted, will be evaluated to determine the offeror's capability to meet the requirements of the solicitation. 1.4 Discussions If it is determined to be in the best interests of the Government to conduct discussions (reference subparagraph (d) of FAR 52.212-1 contained in this solicitation), offeror responses to this solicitation may occur. 2.0 Evaluation Factors and Relative Importance 2.1 Factor 1: Past Performance 2.2 Factor 2: Price 2.4 Past Performance (Factor 1) is significantly more important than Price (Factor 2). 3.0 FACTOR 1: PAST PERFORMANCE 3.1 The Past Performance Factor will receive one of the past performance ratings described in AFFARS 5315.305(a)(2)(E). To be favorable, an offeror must receive a Satisfactory/Confidence past performance rating. Offerors receiving a Neutral/Unknown past performance rating will be treated neutrally in accordance with FAR 15.305(a)(2)(iv). 3.2 The past performance rating will be based upon an assessment of performance risk, and represents the Government's confidence in the offeror's probability of successfully performing as proposed. The Government will evaluate the offeror's demonstrated record of contract compliance in furnishing services that meet the user's needs, including price and timeliness of performance. . 3.3 The following past performance definitions will be used during the evaluation: 3.3.1 Current and Recent. Relevant on-going contracts and contracts completed within five (5) years from the issue date of this solicitation are recommended. Current performance will have a greater impact on the performance confidence assessment than less recent performance. 3.3.2 Relevant. Audio Visual Removal and Installation services which are considered to be of the type and similar in scope, magnitude and complexity when compared to the Audio Visual requirement described in this solicitation and site visit are relevant. 3.5 In conducting the performance confidence assessment, the Government reserves the right to use both data provided by the offeror and data obtained from other sources. 4.0 FACTOR 2: PRICE 4.1 To be acceptable, an offeror's price must be fair, reasonable and affordable. 4.2 The Government will use the price analysis techniques specified in FAR 15.404-1(b)(2) and evaluate offerors prices in accordance with FAR 15.305(a)(1) and AFFARS 5315.305(a)(1).
- Place of Performance
- Address: 5 S. Wolfe Ave., Edwards AFB, CA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN00225957-W 20021220/021218213420 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |