SOLICITATION NOTICE
70 -- LED Screens
- Notice Date
- 7/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- FA5205-15-Q-LM06
- Archive Date
- 7/29/2015
- Point of Contact
- Latoya P. Mitchell, Phone: 81176773496, Shawn Hires, Phone: 3152265336
- E-Mail Address
-
latoya.mitchell.2@us.af.mil, shawn.hires@us.af.mil
(latoya.mitchell.2@us.af.mil, shawn.hires@us.af.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA5205-15-Q-LM06; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-83, DPN 20150626, and AFAC 2015-0406. This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 334419. The Federal Supply Class (FSC) is 7025. The Standard Industrial Classification (SIC) is 3679. CLIN 0001 MFR: PixelFLEX "Or Equal" 6/EA FLEXLite 5.2-5.2mm 24 Panels total with 2 spares to create various wall sizes 20"x40" each. Largest wall is 12 panels wide x 2 panels tall 240"x80". CLIN 0002 MFR: PixelFLEX "Or Equal" 1/EA Sending Unit 401 LCD front diagnostics display with 4 outputs. CLIN 0003 MFR: PixelFLEX "Or Equal" 2/EA etherCON Cable - 100' CLIN 0004 MFR: PixelFLEX "Or Equal" 2/EA RJ45 to etherCON Cable - 1' CLIN 0005 MFR: PixelFLEX "Or Equal" 2/EA etherCON Barrel CLIN 0006 MFR: PixelFLEX "Or Equal" 2/EA Edison Male to PowerCon Blue - 2'-7' CLIN 0007 MFR: PixelFLEX "Or Equal" 1/EA FLEXLite 6.9 Case Award shall be made in the aggregate, all or none. EVALUATION CRITERIA: Evaluation of offers will be completed in accordance with FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price being the only factor considered. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors -- Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.228-3 Workers Compensation Insurance (Defense Base Act) FAR 52.228-4 Workers Compensation and War-Hazard Insurance Overseas FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.244-7000 Subcontracts for Commercial Items AFFARS 5352.201-9101 Ombudsman The following provisions and/or clauses only apply to stateside vendors: FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities DFARS 252.232-7010 Levies on Contract Payments Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to latoya.mitchell.2@us.af.mil NO LATER THAN 1500 on 14 Ju1 15 (JST) or 0400 on 14 Jul 15 (EST). Point of contact is TSgt Latoya Mitchell, Contract Officer, telephone 011-81-176-77-4894, latoya.mitchell.2@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/FA5205-15-Q-LM06/listing.html)
- Place of Performance
- Address: 35 FSS, Bldg. 656, Misawa Air Base, Misawa City, Non-U.S., 96319, Japan
- Record
- SN03785845-W 20150708/150706234135-6c920630b4204dc78d36bbcc4e3aebc4 (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 |