MODIFICATION
N -- Secure VTC
- Notice Date
- 12/3/2007
- Notice Type
- Modification
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5258, UNITED STATES
- ZIP Code
- 83648-5258
- Solicitation Number
- Reference-Number-F3F3Q17331AC01-ASHLOCK
- Response Due
- 12/7/2007
- Archive Date
- 12/22/2007
- Point of Contact
- Thomas Ashlock, Contract Specialist, Phone 208-828-3101, Fax 208-828-6486, - William McLaughlin, Contract Officer, Phone 208-828-6470, Fax 208-828-2658
- E-Mail Address
-
thomas.ashlock@mountainhome.af.mil, william.mclaughlin@mountainhome.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS / SOLICITATION (i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3Q17331AC01-ASHLOCK is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and through Department of Defense Acquisition Regulation Change Notice 20070802. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 561621; Small Business Size Standard: $11.5M (v) CLIN (0001) 1 EACH, Service for the installation of Government Furnished Video Teleconference Equipment. Install dial isolator module, switches, and secure/non-secure cables. Establish connectivity to KIV encryption device, install conduit between red and black cabinets for encryption cabling and ensure/maintain connectivity for both secure/non-secure VTC. This is the following list of items that will be provided to the contractor for installation: 1 Polycom 9800 VTC system 1 AMX Room control system 1 Sharpe projector Model no. XGP258 1 Bose 5 Speaker sound system 2 Sharpe 40? LCD Monitors 2 PCs? 1 Sony audio/visual control center If interested vendors are requesting a site visit please contact the following: thomas.ashlock@mountainhome.af.mil . Any site visit requests after December 6, 2007 will be approved. (vi) FOB-Destination for delivery to: 390 Gunfighter Ave. Bdlg 1501 Mountain Home AFB, ID 83648. Completion of service no later than December 17, 2007. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (x) 52.222-42 -- Statement of Equivalent Rates for Federal Hires.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. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits TELECOMMUNICATIONS MECHANIC I WG-10 $21.07 TELECOMMUNICATIONS MECHANIC II WG-11 $22.00 (End of Clause) A current wage determination can be found at http://www.wdol.gov/index.html . (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xvi) Numbered Notes: 1 (xvii) Quotes must be emailed to Thomas Ashlock at thomas.ashlock@mountainhome.af.mil , or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, December 7, 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/366CONS/Reference-Number-F3F3Q17331AC01-ASHLOCK/listing.html)
- Place of Performance
- Address: 366 Gunfighter AVE Suite 498 Mountain Home AFB, ID
- Zip Code: 83648
- Country: UNITED STATES
- Zip Code: 83648
- Record
- SN01462560-F 20071205/071203231107 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |