SOLICITATION NOTICE
59 -- Conference room audio visual upgrade
- Notice Date
- 9/21/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423620
— Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
- ZIP Code
- 58205
- Solicitation Number
- Reference-Number-123456789
- Response Due
- 9/27/2005
- Archive Date
- 10/12/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at Grand Forks AFB, ND intends to award a firm fixed price purchase order for the below furniture. This solicitation is a Small Business set-aside in accordance with FAR Part 19. All items must conform to the Buy American Act. A site visit will be held on Friday, September 23, 2005 at 2:00 PM CST. This site visit is HIGHLY ENCOURAGED for all offerors. If you intend to attend this site visit please contact Steven Clich? by e-mail NLT 8:00 a.m. CST the morning of the visit. The following is a description of the basic needs of the government: The OG/CC requires technical equipment and support for the OG Conference Room, bldg 607, to be fully operational by 1 Nov 2005 (assuming receipt of award by 1 October 2005. The OG Conference room is used for wing-level and unit-level briefings, meetings and other functions. OG is requesting a centralized control system for presenting and processing information and data used during those meetings. System must be capable of interfacing a variety of inputs to a variety of outputs. Contract requires a solution to incorporate existing equipment and purchasing additional equipment to enable users to display multiple outputs through a centralized control system, which can be operated from two different locations in the room. Contractor is required to purchase, deliver, install, test and evaluate system to ensure effective operability and diversity. Existing input equipment includes the following: JVC Super VHS ET (HR-S5902U), Sony DVD Recorder (RDR-GX300), Yamaha Natural Sound AV Receiver (HTR-5890), and computer. Existing output equipment includes: ceiling mounted projector (NEC VT 770), projection screen, three wall-mounted plasma screen TVs (Samsung 63?), Bose surround sound speaker system. This system must also possess expansion capabilities for future needs. The government intends to make a best value award based on the following: Evaluation criteria will include: warranty, ability to meet the required completion date, price and expandability and ease of operation or other features and options offered by the contractor, such as a system capable of controling the multiple brands of existing equipment listed above, the type of wireless remote control (ie: touch screen), the ability to run several pieces of equipment simultaneously, the number of controls offered, and the number of audio channels and input/output jacks on the receiver/amplifier offered. It is anticipated that one award will be made based on the best value to the Government. The Purchase Request number is F2A3M15215A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-05. The North American Industry Classification System (NAICS) code is 337211, size standard 500 employees. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror agrees to hold the prices in its offer for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. Delivery is to be made FOB destination to Grand Forks AFB North Dakota and prices should include delivery. The required delivery date is 30 days after receipt of award. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal. FAR 52.212-1, Instructions to Offerors, Commercial Items. OFFERORS MUST COMPLETE THEIR ANNUAL REPRESENTATIONS ASN CERITFICATIONS ELECTRONICALLY AT http://orca.bpn.gov. PLEASE INCLUDE YOUR COMPANIES TAX ID NUMBER WITH PROPOSAL. 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFARS 252.225-7001, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, Buy American Act and Balance of Payments Program, DFARS 252.225-7036; DFARS 252.225-7036, Buy American Act -- Free Trade Agreements Balance of Payments Program - Alternate I.. Offers must be sent in writing/fax/e-mail to the Purchasing Agent, Steven Clich? no later than 5:00 P.M. (CST) on Tuesday, September 27, 2005 to 319 CONS/LGCA3 - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58201 ATTN: Steven Cliche. For more information email steven.cliche@grandforks.af.mil or call at 701-747-5286. Fax 701-747-4215.
- Place of Performance
- Address: Grand Forks AFB, ND
- Zip Code: 58205
- Country: USA
- Zip Code: 58205
- Record
- SN00900377-W 20050923/050921211942 (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 |