Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

70 -- Audio Visual Equipment and Installation

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
133D AW/MSC, 133 LS/LGC, 610 Militia Drive, St. Paul, MN 55111-4120
 
ZIP Code
55111-4120
 
Solicitation Number
W912LM-14-T-8010
 
Response Due
9/18/2014
 
Archive Date
11/3/2014
 
Point of Contact
Michelle Ambrose, 6127132613
 
E-Mail Address
133D AW/MSC
(michelle.ambrose@us.army.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 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. (I) This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) Solicitation number W912LM-14-T-8010 is hereby issued as a RFQ, (Request for Quote). (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. (IV). This requirement is 100% set aside for small businesses. Interested offeror's must be registered in the System for Award Management (SAM). Firms can register via the SAM internet site at https://www.sam.gov/portal/public/SAM. The associated North American Industry Classification System (NAICS) code for this procurement is 334310. (V) Scope of this project involves: A.Provide and install audio / visual equipment for the Aeromedical Evacuation training classroom. system to include the following items in addition to any items required to support them: i.84 quote mark Smartboard (Brand name or equal to SBID8084i-G4-SMP by SMART) ii.Wireless lapel microphone (Brand name or equal to WL-183 by SHURE) iii.Conference microphone (Brand name or equal to MXL AC-404) iv.Shure SLX1/WA302 Body Pack System (Brand name or equal) v.Two each component rack for above equipment, Caster Based Rack with power strip vi.One 55 quote mark LED monitor in training conf room ( Brand name or equal to E554 by NEC) and laptop input cable (HDMI) vii.Webcam (Brand name or equal to Logitech C930e) (VI) The intent of this solicitation is to award a contract for the items listed in (V) above. (VII) The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. (VIII) 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 as per provision at 52.212-2, Evaluation -- Commercial Items. (IX) Offerors are to confirm on-line completion of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (X) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See attached addenda regarding payment and invoicing. (XI) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.222-50 Combating trafficking in persons, 52.233-3 Protest after award, 52.233-4 applicable law for breach of contract claim, 52.209-10 prohibition on contracting with inverted domestic corporations, 52.219-6 notice of total small business set-aside, 52.219-13 notice of set-aside of orders, 52.219-19 child labor, 52.222-21 prohibition of segregated facilities, 52.222-26 equal opportunity, 52.222-36 affirmative action for workers with disabilities, 52.223-18 encouraging contractor policies to ban text messaging while driving, 52.232-33 payment by electronic funds transfer. (XII) FAR clause 252.212-7001 Contract terms and conditions required to implement statutes or executive order applicable to defense acquisitions of commercial items. 252.203-7000 requirements relating to compensation of former DoD officials, 252.225-7001 buy American act and balance of payments program, 252.225-7036, 252.232-7003 electronic submission of payment requests, 252.237-7010 prohibition on interrogation of detainees by contractor personnel. (XIII) FAR clause 252.209-7994 Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any federal law-fiscal year 2014 appropriations. (XIV) Additional Requirements: SAM Registration (http://www.sam.gov) is mandatory. Mandatory invoicing through wide area workflow (WAWF) required. https://wawf.eb.mil ** Please include POC information, cage code and federal tax id number in your bid. ** SITE VISIT INFORMATION: Location 133rd Airlfit Wing, Bldg 641 on WEDNESDAY, 10 September 2:00 - 3:00. E-mail full name, driver's license number and DOB to michelle.ambrose@ang.af.mil for entry into installation. E-mail information by Tuesday, 9 September, 12:00 p.m. E-Mail questions to SMSgt Michelle Ambrose,michelle.ambrose@ang.af.mi and TSgt Chad Hagen, chad.hagen@ang.af.mil Questions Due Monday, 15 September, by e-mail only please. QUOTES DUE: Thursday, 18 September to michelle.ambrose@ang.af.mil and chad.hagen@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-2/W912LM-14-T-8010/listing.html)
 
Place of Performance
Address: 133D AW/MSC 133 LS/LGC, 610 Militia Drive St. Paul MN
Zip Code: 55111-4120
 
Record
SN03496243-W 20140906/140904235910-f8acbdcf9a1518df1486235d47583e58 (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.