SOLICITATION NOTICE
70 -- COMPUTER MONITORS AND INSTALLATION
- Notice Date
- 9/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- 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
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-F2XHD95228A100
- Response Due
- 9/13/2005
- Archive Date
- 9/28/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 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; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2XHD95228A100 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 (8 Jul 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050001. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of the following items: CLIN 0001- Ten (10) each Samsung LT-P326W 32? LCD Monitors or equals CLIN 0002- Ten (10) each Chief FPM-4101 Adustable Pitch Wall Mounts or equals for above monitors. CLIN 0003- Installation cost for the above ten units at Squadron Officer College, Maxwell AFB, AL. Award will be made based on best value for the Government. The acquisition is 100% set-aside for small business concerns. The North American Industrial Classification System Code is 334111 with a small business size standard of 1000 employees. 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 Item (Jan 2005) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow (website is https://wawf.eb.mil). Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Apr 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Preference for Domestic Specialty Metals (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies. The due date for offers is 1PM, central daylight time, 13 Sep 05. Offers may be emailed to frank.spencer@maxwell.af.mil or faxed to the attention of Frank Spencer at 334-953-3543. Reference the Purchase Request number. Please email or fax any questions orcomments to Frank Spencer (fax and email information above).
- Place of Performance
- Address: SQUADRON OFFICER COLLEGE, 50 CHENNAULT CIRCLE, MAXWELL AFB, MONTGOMERY, AL
- Zip Code: 36111
- Country: UNITED STATES
- Zip Code: 36111
- Record
- SN00887026-W 20050908/050906211831 (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 |