SOLICITATION NOTICE
67 -- Brand Name: AF Photo Lab Cruse Scanner Upgrades - Package #1
- Notice Date
- 7/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- FA7014-11-T-7006
- Archive Date
- 9/3/2011
- Point of Contact
- Brian K. Halston, Phone: 202-404-2321, Delvin C. Whitlock, Phone: 202-404-1219
- E-Mail Address
-
brian.halston@afncr.af.mil, delvin.whitlock@afncr.af.mil
(brian.halston@afncr.af.mil, delvin.whitlock@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- HAF/IMMP AF Photo Lab Upgrades PWS Bid Schedule Excel Spreadsheet for Quotation Brand Name Justification & Approval Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION NUMBER : FA7014-11-T-7006 RESPONSE DATE : 19 August 2011 CONTACT POINT : Mr. Brian Halston, Contract Specialist, (202) 404-2321 DESCRIPTION : Cruse Scanner AF Photo Lab Upgrades (Brand Name) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Far subpart 12.6 - Streamlined procedures for evaluation and solicitation for commercial items - as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. Air Force District of Washington PK Enterprise Branch intends to award a Firm Fixed-Price contract for Brand Name AF Photo Lab Upgrades. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49.*** *** The North American Industry Classification System (NAICS) Code for this synopsis / solicitation is 333315 with a small business size standard of 500 employees. ***This requirement is for Brand Name and is being competed as a 100% Small Business Set-Aside. This determination was made in accordance with FAR 19.502*** ***Only "Cruse" Scanner Brand Name equipment and "Cruse" authorized dealers shall be considered and allowed for quote evaluation STATEMENT OF REQUIREMENTS: The contractor will upgrade the CS 285 /1100 ST-FA Cruse Syncron Scanner located in the Pentagon, room 1E958. The contractor shall provide all equipment, tools and materials to complete the upgrade. The upgrade will be completed within 180 days of the award of the contract. The contractor shall install the following upgrades on site (Pentagon, Room 1E958) in accordance with the attached Performance Work Statement : * CLIN 0001 - Hardware and Equipment - Install new Cruse BG40 IR Filter with new Cruse 165 cm Lamp housings and custom Osram 954 165 cm lamps - Install new Cruse 110" extended column. This replaces existing short column - Install Cruse high resolution Kit: Lens Turret and 80 mm Digital Quality Lens - Install additional 120 mm Digital Quality Lens into Cruse Lens Turret for higher resolution scans of small originals - Install Cruse LA Light Angle Kit for 165 cm Lamp Housing - Install Cruse Endless Scan Kit - Install Cruse Vacuum Copy Board w/ Variable speed vacuum. This replaces existing Magnetic Copy Board - Install Cruse CSx Scanner Software for Windows 7 on the Government supplied computer *CLIN 0002 : Labor - The contractor shall install the following Cruse Scanner upgrades on site, Pentagon, room 1E958. All upgrades must be fully compatible with and integrated into the existing Cruse Syncron Scanner. Contractor will run operational tests to verify all systems are functioning properly. *CLIN 0003 : Other Development Costs - Travel - Travel Requirements. Contractor employees may be required to travel to various locations within the continental United States (CONUS) in performance of tasks. In accordance with FAR 31.205-46 travel costs shall be reimbursed at rates not to exceed the maximum locality per diem rates (the combination of lodging, meals and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standards Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. The appropriate Government Official, Quality Assurance Personnel or Contracting Officer shall approve travel in advance of the actual travel. All invoices for travel reimbursement shall be accompanied by supporting receipts. ***Delivery Date: Shiping / Insallation within 180 Days of Contract Award*** ***Destination: HAF/IMMP, 1560 Air Force Pentagon, Room 1E958, Washington, DC 20330*** ***Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.*** INSTRUCTIONS TO OFFERORS Each Offeror is required to submit their proposal / quote as specified in FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. Offeror(s) shall use the Government provided Performance Work Statement and Bid Schedule to develop their quotation. Each item and/or piece of equipment must be separately priced, ultimately totaling to a final sum for evaluation in accordance with the attached Bid Schedule. Award of this contract will be made on a competitive best value basis using the "lowest price, technically acceptable" approach. Evaluation will be made to identify all Contractors whose quotes are technically acceptable in accordance with the Statement of Requirements. Award will be made to the Contractor from the pool of technically acceptable quotes, whose cost / price is lowest. Quote Submission Instructions * Quote Due Date: No Later Than: 19 August 2011 at 12 PM Eastern Time. * Quote Questions: Questions may be submitted to the POC and Secondary POC via email No Later than 8 August 2011 at 0900 AM Eastern Time. Follow-up/additional questions will not be accepted after this date and time. Answers to submitted questions will be provided to all prospective Offerors via RFQ amendment. * All quotes shall be submitted on a completed copy of the attached Bid Schedule Excel Spreadsheet * Electronic Submission: Quotes shall be electronically submitted to the Point of Contacts below. Confirmation of receipt will be provided. * Point of Contact : Quotes and questions shall be sent via E-mail to the Primary POC for this RFQ: - Name: Mr. Brian Halston - Email: brian.halston@afncr.af.mil - Phone: 202-404-2321 * Secondary Point of Contact: Interested parties shall also "cc" the Secondary POC for all questions and submission of quotes: - Name: Mr. Delvin Whitlock - Email: delvin.whitlock@afncr.af.mil APPLICABLE PROVISIONS AND CLAUSES : The following FAR provisions and clauses apply to this solicitation: - 52.212-1 - 52.212-2: 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: 1)Technical Capability; 2)Price - Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. - 52.212-4 - 52.212-5, including 52.222-50, 52.233-3 and the following fill-ins in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. - 52.219-6 - 252.232-7003 - 5252.201-9101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-11-T-7006/listing.html)
- Place of Performance
- Address: HAF / IMMP, 1560 Air Force Pentagon, Room 1E958, Washington, DC 20330, Washington, District of Columbia, 20330, United States
- Zip Code: 20330
- Zip Code: 20330
- Record
- SN02505512-W 20110722/110721004701-4cd68ad1a8a9d8ee78cc4050224f517f (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 |