Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2014 FBO #4681
SOLICITATION NOTICE

58 -- 8AF VTC

Notice Date
9/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA4608-14-Q-0069
 
Point of Contact
Marcus T. Wiggins, Phone: 3184566834, Karina I. Reyes, Phone: 3184562201
 
E-Mail Address
marcus.wiggins.2@us.af.mil, karina.reyes@us.af.mil
(marcus.wiggins.2@us.af.mil, karina.reyes@us.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, 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. This solicitation, FA4608-14-Q-0069, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-74 effective 30 May 2014). This procurement is a 100% Small Business Set Aside. The NAICS code is 334220 and the small business size standard is 750 employees. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database and listed as a small business under the aforementioned NAICS. (Reference: DFARS 252.204-7004, Alt A System for Award Management). The following commercial items are requested in this solicitation. The items being procured are: CLIN 0001 2 EA Sharp LC-60LE640U 60" LED LCD TV CLIN 0002 2 EA Chief LTMU Large Tilt Wall Micro-Adjustable Mount CLIN 0003 2 EA AMX FG1010-310 AVB-RX-DXLINK-HDMI,DXLINK HDMIHDCP RX W SCALER CLIN 0004 2 EA AMX FG1010-325-WH DXLink Multi-Format Decor Style Wallplate TX White CLIN 0005 1 EA AMX FG1905-18 10x4 All-In-One Presentation Switcher (Multi-Format, HDMI, 2 DXLink Inputs) - 75W, 70/100V amplifier, includes integrated NetLinx Controller and Multi-Format Matrix Switcher with DXLink, InstaGate Pro, SmartScale, DSP Audio Processing CLIN 0006 1 EA AMX FG2265-06 7" Modero S Series Tabletop Touch Panel CLIN 0007 2 EA Cisco CTS-INTP-C40-K9 IntPkg C40 - NPP Rmt Cntrl 1 Mic Cbls ++ CLIN 0008 2 EA ZCARE CON-PZRN-INTPC40 ZCare Premier 24X7XNBD IntPkg C40 - NPP, Rmt Cntrl, 1 Mic,Cbls CLIN 0009 2 EA Cisco CTS-PHD-1080P4XS PrecisionHD 1080p Camera w 4x zoom - not sold stand alone CLIN 00010 2 EA Zcare CON-PZRN-PHDP4XSS ZCare Premier 24X7XNBD PrecisionHD Camera 1080p 4x Gen 2 CLIN 0011 1 EA Cisco CTS-C40-K9 Codec C40 - NPP Rackmt Kit Rmt Cntrl HDMI And Pwr Cbl CLIN 00012 1 EA Zcare CON-PZRN-CTSC40K9 ZCare Premier 24X7XNBD CodecC40-Incls NPP-RackmtKit-Rmt Cntrl CLIN 0013 3 EA Cisco LIC-INTP-C40-DD Integrator Package C40 Dual Display Option CLIN 0014 1 EA Vaddio Wall Mount Wall Mount for Cisco Precision HD Camera CLIN 0015 1 EA Sony BDP-S5100 DVD/Blu Ray Player CLIN 0016 6 EA Shure MX392/C Cardioid - Condenser Boundary Microphone, Built-in Preamp, 1 EA Biamp, AudiaFlex NC, AudiaFLEX chassis, CobraNet® module not included CLIN 0017 6 EA Biamp AEC-2HD AudiaFLEX 2-channel Sona TM acoustic echo canceling card CLIN 0018 2 EA Biamp IP-2 AudiaFLEX 2-channel mic/line input card CLIN 0019 2 EA Biamp OP-2e AudiaFLEX 2-channel mic/line output card CLIN 0020 1 EA Extron 60-850-01 XPA 2001-70V, 70/100 V Amplifier - 200 Watts CLIN 0021 1 EA Extron 60-190-01 1U 9.5" Deep Universal Rack Shelf, Gray CLIN 0022 8 EA Extron SI 3CT LP Full-Range Ceiling Speakers with 4" Low Profile Back Can and 70/100 V Transformer CLIN 0023 1 EA AMX FG2265-05 10.1" Modera S Tabletop Touchpanel CLIN 0024 1 EA Netgear GS108NA 8-port 10/100/1000BASE-T Gigabit Ethernet unmanaged switch CLIN 0025 1 EA Middle Atlantic UPS-1000R UPS CLIN 0026 1 EA Middle Atlantic UPS-EBPR UPS Expansion Battery CLIN 0027 1 EA Middle Atlantic WL-60 Work Light for Rear Rack Service CLIN 0028 1 EA Middle Atlantic PD-915R Rack Mounted Power and surge protection CLIN 0029 1 EA Contemp Research 232-ATSC+1 HDTV Tuner/Controller, RS-232, 2-way RF, no remote CLIN 0030 1 EA Contemp Research RK1 Rack mount CLIN 0031 2 EA Extron 60-1378-01 Extron PWR Controller CLIN 0032 Installation/Shipping The offer submittal shall list the item by part number, number of items being offered, the product description as listed above, and list the manufacturer. The offer shall list unit prices, total for each part number, and an overall totaled price. Delivery requirements: FOB Destination quotations are the only quotes that will be accepted. FOB origin offers will not be considered. Delivery date of 30 days after receipt of award shall be acceptable. Offeror may submit quotes for multiple equivalent products. Offeror shall include any discounts in your quote. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause or be registered within Online Representations and Certifications (ORCA) found at this website: https://orca.bpn.gov/. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on technical acceptability and price. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers may include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. Additionally the following clauses and provisions apply to this acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.207-2 Notice of Streamlined Competition 52.207-4 Economic Purchase Quantity - Supplies 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.214-13 Telegraphic Bids 52.214-31 Facsimile Bids 52.215-8 Order of Precedence -- Uniform Contract Format 52.219-1 Alt I Small Business Program Representations 52.219-6 Notice of Total Small Business Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-20 Walsh-Healey Public Contracts Act 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking Persons 52.223-6 Drug Free Workplace 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-2 Buy American Act Certificate 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-4 Applicable law for Breach of Contract Claim 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-17 Interest 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law of Breach of Contract Claim 52.242-13 Bankruptcy 52.243-1 Changes - Fixed Price 52.246-2 Inspection of Supplies -- Fixed-Price 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7002 Payment for Subline Items Not Separately Priced 252.204-7004 Alt A, System for Award Management 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item Unique Identification and Valuation 252.211-7005 Substitutions for Military or Federal Specifications and Standards 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7007 Liability and Insurance Applicable AFFARS clauses included: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 12:00 PM (CST), 19 September 2014, 2 CONS/LGCC, 41 Vandenberg Ave, Barksdale AFB, LA 71110. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of A1C Marcus Wiggins at (318) 456-3294. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions A1C Marcus Wiggins, Contracting Specialist, at (318) 456-6834, marcus.wiggins.2@us.af.mil or Karina Reyes, Contracting Officer, at (318) 456-2201, karina.reyes@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b640127048476968717ab55e1e68803)
 
Place of Performance
Address: 45 Vandenburg Ave, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN03513385-W 20140918/140916235740-9b640127048476968717ab55e1e68803 (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.