Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

58 -- Portable VTC Suite

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3Q11257AC02
 
Archive Date
10/4/2011
 
Point of Contact
Nicholas S. Muche, Phone: 2088283104, Brian DuQuette, Phone: 2088286485
 
E-Mail Address
nicholas.muche@mountainhome.af.mil, brian.duquette@mountainhome.af.mil
(nicholas.muche@mountainhome.af.mil, brian.duquette@mountainhome.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(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) F3F3Q11257AC02 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 2005-53 and through Department of Defense Acquisition Regulation Change Notice 20100927. 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 under Full and Open Competition. North American Industrial Classification Standard: 334310; Small Business Size Standard: 750 Employees The nature of the equipment required for the majority of this procurement has been determined to be Brand Name Only to ensure interoperability and compatibility with existing equipment. "Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." This purchase is for a Mobile VTC Solution. It is required to be a TANDBERG MXP 6000 Unit per the attached Justification and Approval. Part Numbers are from VSGI (v) CLIN 0001: 1 EA - Cisco 6000 MXP HD Integrator Package - 6000 MXP Codec, PrecisionHD Camera, Camera Cable Set, 2 microphones and 2 trackers. Part# CTS-INTP6000-K9 CLIN 0002: 1 EA - Cisco HD Integrator Package 6000 MXP Natural Presenter Package (NPP) Part# LIC-INTP6000-NPP CLIN 0003: 1 EA - License Key Codec 6000 Multisite - MS Option Part# LIC-INTP6000-MS CLIN 0004: 2 EA - Samsung 40" LED HDTV 1080p, Part# UN40D5500, Or Equal CLIN 0005: 1 EA - Roll Around Cart that will support two plasma or LCD screens up to 70". Preferred all steel construction (12" deep inside), 8RU 19" rack mount bracket, 6 port APC power module, superior M-Audio speaker set, and integrated adjustable camera shelf with microphone wire access from the front. Part# RPS-1000L, Or Equal CLIN 0006: 1 EA - GPNP Quad NT1.NT4, Part# NET-INT-NT4 CLIN 0007: 1 EA - All required cables for interconnection of equipment and monitors CLIN 0008: 1 EA - Replacement Maintenance/Warranty (Minimum One Year) - Must include Telephone support, Next day parts replacement, and Software/Firmware Updates CLIN 0009: 1 Day - Install and End User Training (vi) FOB-Destination for delivery to: 366 Communications Squadron - 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) If funding is made available 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 52.211-6 Brand Name or Equal; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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 52.247-34; F.O.B.-Destination; 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 Qualifying 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) **Eric Thaxton, 129 Andrews Street, Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiii) Quotes must be emailed to Nicholas S. Muche, nicholas.muche@mountainhome.af.mil or faxed to (208) 828-2658. Quotes are required to be received no later than 13:00 MST, 19 September, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3Q11257AC02/listing.html)
 
Place of Performance
Address: 366 CS, Mountian Home AFB, Idaho, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02580123-W 20110918/110916235832-c22b9013e41f1da726d9218d1290c489 (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.