Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOLICITATION NOTICE

59 -- 30 CES/CEX Audio Visual Equipment - Attachments

Notice Date
9/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-17-R-0026
 
Archive Date
9/30/2017
 
Point of Contact
Chris Hummel, Phone: 18056062195, David J. King, Phone: 8056062181
 
E-Mail Address
christopher.hummel.6@us.af.mil, david.king.34@us.af.mil
(christopher.hummel.6@us.af.mil, david.king.34@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attach 7 Questions and Answers on Posting RFQ 8 Aug 17 x Attach 7 Questions and Answers on Posting RFQ 8 Aug 17 Attach 6 Wiring Diagram EOC AV Upgrade 28 Jun 17.jpg Attach 5 RFQ AUDIO VISUAL 6 SEP 17 Attch 4 EOC AV Upgrade Floor Plan Attach 3 SOW Salient Characteristics dta 28 June 2017 Attch 2 Statement of Work dts 11 July 2017 Combined Synopsis / Solicitation 30 CES/CEX Audio Visual Equipment 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D57173AG02. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet is provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 334310 and Size Standard of 750 Employees apply to this procurement. Purchase Request #: F4D3D57173AG02 Project Title: 30 CES/CEX Audio Visual Equipment 1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 5. 2. Quotes shall be valid through 10/15/2017. 3. Please see Statement of Work (Attachment 2) for detailed description of requirements. 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email no later than 8 September 2017 at 4:30 p.m. PST. Answers will be posted shortly after. Telephone and other means of oral communication will not be permitted. 5. Quotes must be sent to Contract Specialist christopher.hummel.6@us.af.mil no later than 15 September 2017 at 4:30 p.m. PST. The contract will be Firm Fixed Price with the CLIN structure reflected in the RFQ. The period of performance will be thirty(120) days from the date the contract is awarded. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20 Aerosols 52.223-21 Foams 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea The following clauses are incorporated by full text in the final award: 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.212-5 dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Fill-in text: (ix): N/A 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area WorkFlow Payment Instructions 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items( C) Period of acceptance for offers: 30 Days after award of contract 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.225-7001 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation -- Commercial Items. Fill-in text: 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. The following factor shall be used to evaluate offers: (i)Price: Lowest Price Technically Acceptable. 52.212-3, Alt I Reps & Certs 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-17-R-0026/listing.html)
 
Place of Performance
Address: 30 CES/CEX Bldg. 11165 EOC, Vandenberg AFB CA, Vandenberg, California, 93437, United States
Zip Code: 93437
 
Record
SN04667895-W 20170909/170907233750-485db217781786a6aec57f9974404c37 (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.