SOLICITATION NOTICE
59 -- Plasma Screens
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- PO BOX 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-RP52-03NA68648
- Response Due
- 9/4/2003
- Archive Date
- 10/4/2003
- Point of Contact
- Martha Youngblood, Contracting Officer, 505 845-4268, myoungblood@doeal.gov;Patsy Garcia, Contract Specialist, 505-845-6196, pgarcia@doeal.gov
- E-Mail Address
-
Email your questions to Patsy Garcia, Contract Specialist
(pgarcia@doeal.gov)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Department of Energy, National Nuclear Security Administration, Albuquerque Service Center, issues this synopsis/solicitation for the plasma screens listed below. Responses shall reference solicitation number DE-RP52-03NA68648. This announcement constitutes both notification and solicitation, in accordance with Federal Acquisition Regulation, Part 12, Commercial Item Acquisition and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-13. This acquisition is a 100 percent small or small disadvantaged business set-aside. The North American Industry Classification System (NAICS) Code is 334310 with a corresponding qualifying size standard of 750 employees. Product Descriptions: 1. Quantity of 9 63? Plasma Screens. Screens must be left on display 24x7; therefore auto pixel shift with always-white signal pattern process to eliminate electrically charged image retention and phosphor burn is required. 2. Quantity of 9 Tilt-Wall Mount for 63? screen. 3. Quantity of 2 50? Plasma Screens with auto pixel shift and always-white technology signal pattern process to eliminate electrically charged image retention and phosphor burn. 4. Quantity of 2 Tilt-Wall Mount for 50? screen. 5. Two-year warranty on all equipment. 6. Local service and/or replacement of inoperative equipment within a four-hour timeframe, 7 days a week. The desired delivery date is mid-September with delivery to the warehouse at the DOE/NNSA facility at Pennsylvania and K Streets, KAFB-E, Albuquerque, NM 87115. Award will be made based on the lowest evaluated price. Offers shall include descriptive literature containing sufficient technical literature to establish a bona fide capability of meeting the RFQ requirements. All Offers will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification?Commercial Items, with the offer. Clauses 52.212-4 and 52.212-5, Contract Terms and Conditions?Commercial Items, and Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, respectively, apply to this order. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-8, Utilization of Small Business Concerns FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced herein are available in full text at http://www.arnet.gov/far/. The following local clause applies to this acquisition: H-150 LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2001) (JUL 2001) The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror?s responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/ doebiz.nsf/Help?OpenPage. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 4:00 PM local time on September 4, 2003. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/ Help?OpenForm. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist, Patsy Garcia, e-mail pgarcia@doeal.gov.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/35969A8B0C8AB87485256D890080FA9D?OpenDocument)
- Record
- SN00408618-W 20030823/030821213510 (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 |