SOLICITATION NOTICE
70 -- Monitor, 56 inch Quad High Definition
- Notice Date
- 6/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-11-Q-0385
- Archive Date
- 7/14/2011
- Point of Contact
- Andrey Selyuzhitskiy, Phone: 315-330-4434
- E-Mail Address
-
Andrey.Selyuzhitskiy@rl.af.mil
(Andrey.Selyuzhitskiy@rl.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures 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. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-0385 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110617. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as Total Service Disabled Veteran Owned Small Business (SDVOSB) set-aside under NAICS code 334119 and size standard of 1,000 employees. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis, including the cost of shipping FOB Destination: ITEM 01: Monitor, 56 inch Quad High Definition QTY: 2 SPECIFICATIONS: Unique Item Identifier (UID) required TFT LCD Resolution 3840x2160 Lifetime 50,000h average Colors 16.8 million Color gamut 75% NTSC Aspect Ratio 16:9 Viewing angle 176 deg/176 deg Response time 6.5 ms Dots per inch 78 R,G,B sliders Contrast ratio 1200:1 Brightness 400cd/m^2 Backlight stabilization sensor 2 Dual-link DVI inputs Supported resolution 3840x2160 (1920x2160 on each DVI input) RS232 control On Screen Display IR remote control Input 85V-264V (50Hz-60Hz) Compliant with CE, UL, FCC Fans for optimized cooling Integrated mounting interfaces for wall or ceiling mount (VESA approved standards) Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery date is 60 days after receipt of order (ARO). The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) WED 29 JUNE 2011. Submit to: AFRL/RIKO, Attn: Andrey Selyuzhitskiy, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-4434 or by email to Andrey.Selyuzhitskiy@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary. (b)(10) No past performance information is required. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following factors shall be used to evaluate offers: (i) Price and (ii) Technical Acceptability. The Government intends to award to the lowest priced technically acceptable offeror. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.247-34, FOB Destination 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003, Item Identification and Valuation 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-0385/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02479251-W 20110624/110622234653-20c6d16b21be13aa3692eccfbfa5d8ab (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 |