Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2009 FBO #2822
SOLICITATION NOTICE

J -- Request for Quotation is W81GYE-09-T-0040. Request for Quotations (RFQ) for technical support and maintenance services for the existing Audio Visual (AV) systems.

Notice Date
8/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE09T0040
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Jeffrey H Teague, 6182205067<br />
 
E-Mail Address
Surface Deployment and Distribution Command - W81GYE
(jeffrey.teague@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared 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; offers are being requested and a written solicitation will not be issued. The solicitation number for the Request for Quotation is W81GYE-09-T-0040. This notice is being issued as a brand name or equal Request for Quotations (RFQ) for technical support and maintenance services for the existing Audio Visual (AV) systems. These systems include five (5) videoconferencing (VTC) room systems and various presentation systems and AV equipment installed throughout the HQ SDDC facility at Scott AFB IL. The attached equipment list (Attachment 001) provides a complete breakdown of all currently installed equipment. The provisions and clauses in the RFQ are those in effect through FAC 2005-33. The NAICS Code for this procurement is 811213 and the size standard is $7,000,000. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. All responsible SDVOSB sources may submit an offer which shall be considered by the agency. Submissions shall be sent via email to Mr. Jeffrey H. Teague at Jeffrey.teague@us.army.mil. The response date and time for all offers is no later than 4 Sep 2009 4 pm CST. To be considered responsive all offers must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (Jun 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference. Contract Terms and Conditions-Commercial Items FAR 52.212-4 (MAR 2009) and FAR 52.212-5 (JUNE 2009), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable. The FAR may be obtained via the Internet at URL: http://farsite.hill.af.mil/vffara.htm All contractual and technical questions must be in writing (e-mail or fax) to Jeffrey Teague not later than 8/21/2009. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government. FAR Provision 52.212-2 (Jan 1999) is applicable and the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: This is a low priced technically acceptable RFQ award shall be made to the low priced offeror who demonstrates in their offer meeting the folling technical standard. To be considered for award offeror must demonstrate being a Certified TANDBERG Authorized Partner and having AMX ACE Certification. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must have current information posted on the Online Representations and Certifications Application (https://orca.bpn.gov/) or include completed copies of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. The Estimated Performance Period is 15 Sep 2009 through 14 Sep 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MTMC/DAMT01/W81GYE09T0040/listing.html)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA<br />
Zip Code: 22332-5000<br />
 
Record
SN01911942-W 20090816/090815001509-fd5d1672d77480d760fbc5f8d384e697 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.