Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2013 FBO #4143
SOLICITATION NOTICE

70 -- Operator Interface Computer

Notice Date
3/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A3E33043A001_Operator_Interface_Computer
 
Archive Date
4/20/2013
 
Point of Contact
Eric Rogers, Phone: 701-747-3061, Wanda J. Fellers, Phone: (701) 747-5288
 
E-Mail Address
eric.rogers.4.za@us.af.mil, wanda.fellers@grandforks.af.mil
(eric.rogers.4.za@us.af.mil, wanda.fellers@grandforks.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The 319th Contracting Flight at 575 Tuskegee Airmen Blvd Bldg 418, Grand Forks AFB ND 58205 intends to acquire Operator Interface Touch Screen Computer Model: Pro-face PS4700 Industrial PC, or equal, that will plug and play into the existing Grand Forks AFB Type III hydrant fueling system control panel. PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY/UNIT UNIT PRICE TOTAL 0001 0002 Operator Interface Touch Screen Computer Model: Pro-face PS4700 Industrial PC, or equal. Specifications: 15" Thin Film Transistor (TFT) Color Display (1024X768 pixels); Analog Resistive Film Touch Panel; CPU: Atom N270 CPU 1.6GHz, Main Memory: 2GB (DDR2 533MHz; 2 each 10/100/1000 Mbit/s Ethernet Ports; 5 each USB 2.0 Ports; 2 each RS-232 Serial Ports; 1 each RS-232/422/485 Port; 1 each DVI-I Port; Supported Operating System: Windows XP Professional SP3 32 bit. Direct replacement includes Cimplicity HMI software and the human machine software database interface that will plug and play into the existing Grand Forks AFB Type III hydrant fueling system control panel. Shipping. Delivery to: Grand Forks AFB, ND 58205 1 EA 1 EA $ $ $ $ EXTENDED TOTAL: $ DELIVERY TIME (days ARO): 30 days This acquisition is solicited as 100% small business set-aside. The solicitation reference number is F2A3E33043A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The NAICS code for the acquisition is 334111, and the size standard is 1,000 employees. The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Quotations shall contain the following information: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Unit price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. In accordance with FAR 52.212-2 Evaluation Commercial Items, 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. Award will be based on the lowest priced technically acceptable offer. The government intends to evaluate offers and award a contract without discussions with offerors; therefore, each offeror's initial quote should be complete and accurate and contain the offeror's best price. However, the government reserves the right to conduct discussions if later determined to be necessary. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text (see prescription for use): FAR 52.204-13 Central Contractor Registration Maintenance; FAR 52.219-6 Notice of Total Small Business Set-Aside ; Far 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.232-33, Payment by electronic funds; FAR 52.233-3, Protest after award; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22 -- Previous Contracts and Compliance Reports ; FAR 52.222-26 Equal Opportunity; 52.204-7 Central Contractor Registration. Offerors must be able to provide a copy of their annual representations and certificates electronically on the SAM website at www.sam.gov. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (Deviation); FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.211-6 Brand Name or Equal; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) provision or clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. In accordance with DFARS 252.204-7004 Alternate A, prior to receiving any contract award, contractors must be registered in the System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at http://www.sam.gov. Confirmation of SAM registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.211-7003; Item Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on contract payments; FAR 52.247-34 F.o.b. Destination ; DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Gregory S. O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, Fax (618) 256-6668, e-mail: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no aut hority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, A1C Eric Rogers and Mrs. Wanda Fellers, no later than 4:00 P.M. (CST) on 4/5/2013 to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Grand Forks ND 58205-6436, ATTN: A1C Eric Rogers and Mrs. Wanda Fellers. For more information email eric.rogers.4.za@us.af.mil or call at # 701-747-3061 and wanda.fellers@us.af.mil or call at # 701-747-5281. Fax # 701-747-4215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E33043A001_Operator_Interface_Computer/listing.html)
 
Place of Performance
Address: 475 Tuskegee Airmen Blvd., Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN03021809-W 20130329/130327234330-0f4270282026aef47af891a25946b882 (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.