|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1999 PSA#2396Department of the Air Force, Air Mobility Command, 375th Contracting
Squadron, 201 East Winters Street, Building 50, Scott AFB, IL,
62225-5015 D -- UPDATE OF AUDIOVISUAL SYSTEM SOL F11623-99-T1368 DUE 073099 POC
Helen Billhartz, Contract Specialist, Phone 618-256-9254, Fax
618-256-5237, Email helen.billhartz@scott.af.mil -- Susan Gyorkos,
Contract Specialist, Phone 618-256-9253, Fax 618-256-5237, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F11623-99-T13
68&LocID=468. E-MAIL: Helen Billhartz, helen.billhartz@scott.af.mil.
Solicitation F11623-99-T1368 is modified as follows: Paragraph 3d of
the Statement of work is amended to reflect a change in the Panasonic
CVC Pro Model AJD640 requirement. Substitute a model that is "brand
name or equal" to Panasonic DVC Pro Model AJD440. Panasonic DVCPRO
AJ-D440 Salient Characteristics: It is recommended that potential
bidders review the full set of product specifications for the DVCPRO
AJ-D440 which can be found on the Internet at
http://www.panasonic.com/PBDS/catalog/prod/specs/aj-d440.html. The
following are considered the salient characteristics: 1. Component
digital video source machine. 2. Utilizes DVCPRO 14_ digital Compressed
recording format. 3. Digital slow motion. 4. Component/Composite/YC
Outputs. 5. 184 minutes of play time (DVCPRO). 6. RS-422A/RS-232C
control. 7. Shuttle search and Jog functions. 8. DV playback
compatibility. 9. Utilizes Metal Particle tapes. DFARS Clause 211.270-1
is hereby included for evaluation of "or equal" product. "211.270-1
Policy. When a "brandname or equal" purchase description is used -- (a)
The purchase description -- (1) Should include a complete common
generic identification of the item. (2) Should reference all known
acceptable brand name products, to include -- (i) Name of manufacturer,
producer, or distributor of each brand name product referenced (and
address if not well known); and (ii) Model, make, or catalog number for
each, and identity of the commercial catalog in which it appears. (3)
May, if necessary to adequately describe an item, use a commercial
catalog description or an extract from the catalog. Ensure that a copy
of each catalog referenced (except parts catalogs) is available at the
contracting office for review by offerors. (4) Should give prospective
offerors the opportunity to offer products other than those
specifically referenced by brand name, as long as they meet the needs
of the Government in essentially the same manner as the brand name
products. (5) Must identify those salient physical, functional, or
other characteristics, which are essential to the needs of the
Government. (b) The solicitation -- (1) Shall be at or below the
simplified acquisition threshold in FAR Part 13. (2) May require bid
samples for "or equal" offers, but not for "brand name" offers. (3)
Must provide for full consideration and evaluation of "or equal" offers
against the salient characteristic specified in the purchase
description. Do no reject offers for minor differences in design,
construction, or features, which do not affect the suitability of the
product for its intended use. (4) Must include the following
immediately after the item description -- Offering: Manufacturer's
Name____________, Brand_______________, Model or Part No.____________.
c. The contract shall -- (1) Not exceed the simplified acquisition
threshold in FAR Part 13. (2) Identify, or incorporate by reference an
identification of the specific products the contractor is to furnish.
Include any brand name, make or model number, descriptive material,
and any modifications of brand name products specified in the offer."
The closing date of the solicitation is hereby extended to close of
business (CDT) 30 Jul 1999. This is a combined synopsis/solicitation
for commercial items prepared in accordance with format in FAR Subpart
12.6 as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation and a
written solicitation will not be issued. The solicitation number is
F11623-99-T1368 and is being issued as a Request for Quotation (RFQ).
Wage Determination No. 94-2309, Revision No. 15, dated 06/01/1999 is
effective. Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-04.
This is one complete job. This solicitation is reserved as a small
business set-aside and the associated standard industrial
classification code is 5043 and the small business size standard is 100
employees. Work is to be accomplished in the Commander's Conference
Room located at Building 1900, 508 Scott Drive, Scott AFB IL. The
Statement of Work is attached. All products and upgrades must be year
2000 (Y2K) compliant. Existing information technology to be used with
the items are Y2K compliant. If additional or replacement cabling
mounting hardware, controllers, and subsystems are necessary, this
determination may be made at the site visit. A site visit will be
conducted on 15 Jul 1999 at 1300 hours. Contractors should meet at 201
E. Winters St., Bldg 50. Attendees will then proceed to Building 1900
to view the conference room. Coordination of site visit may be
confirmed by contacting Helen Billhartz at (618)256-9254, or fax
(618)256-5237. Attendance at the site visit is recommended. Failure to
inspect current equipment or working conditions will not constitute
justification for claims under this statement of work. The newly
purchased projector, supporting subsystems or components will be
delivered with the minimum standard manufacturer's warranty, covering
parts and labor for a period of 1 year. Delivery dock of Bldg 1900 will
be the delivery and acceptance point. Point of contact for delivery
will be Mr. Oliver Tice or Mr John Kirkley. Phone number will be
provided after award. All charges for transportation of materials will
be broken down as a line item on the quote. Materials will be sent
F.O.B. destination (paid for by the contractor). Government personnel
will accept materials, but the contractor is cautioned that inspection
of materials from the trucking firm by the government will only
include a visual inspection of the packing carton. Provisions of
52.212-1, Instructions to Offerors -- Commerical, apply to this
acquisition. Provisions at 52.212-2, Evaluation -- Commerical Items
apply to this acquisition. Paragraph (a) is supplemented to read: Award
of this acquisition will be evaluated on past performance, technically
acceptable, and price equally. The contractor is required to supply
three (3) references to allow the government to evaluate past
performance. Recommendpast performed work referenced be similar to the
above request and performed with the last five years. Offerors must
include a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications -- Commerical Items, with quote.
Copy of provision may be requested by fax at above listed number. Quote
will not be considered without completed provision. The clause at FAR
52.212-4, Contract Terms and Conditions -- Commerical Items, applies to
this acquisition. Paragraph (o) is supplemented to include the
following: Contractor shall provide the government with all standard
commercial warranties. The clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders --
Commercial Items, applies to this acquisition. The clauses at the
following subparagraphs apply: (b)(7), (b)(8), (b)(9), (c)(1), and
(c)(5). The clauses at DFARS 252.212-7000, Offeror representations and
certifications -- Commerical Items, and DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisition of Commerical Items, apply to this
acquisition. DFARS 252.225-7001 applies. The Defense Priorities and
Allocations System (DPAS) does not apply to this acquisition.
Contractors are requested to be registered in the Central Contractor
Registration (CCR) to ensure timely award/payment. Application may be
obtained by calling a fax on demand at 703-696-0504. The solicitation
is posted on the Electronic Posting System (EPS). The web site is
http://www,eps.gov/. See Numbered Note 1. Posted 07/23/99 (D-SN358243).
(0204) Loren Data Corp. http://www.ld.com (SYN# 0021 19990727\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|