SOLICITATION NOTICE
67 -- SHARP PROJECTORS WITH INSTALLATION
- Notice Date
- 4/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 443112
— Radio, Television, and Other Electronics Stores
- Contracting Office
- ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF404Q0011
- Response Due
- 5/7/2004
- Archive Date
- 7/6/2004
- Point of Contact
- CeAnn Cupp, 913-684-1629
- E-Mail Address
-
Email your questions to ACA, NRCC, Fort Leavenworth
(cuppc@leavenworth.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUT ES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, W91QF4-04-Q-0011, is issued as a Request for Quotation (RFQ), 100% Set-Aside for Small Business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 811213 and small business set-aside size standard applicable to this procurement IS 750 emp loyees. This acquisition is a Total Small Business Set-Aside. *****The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement to remove existing Electrohome projectors, remove existing Electrohome ceiling brackets and install new Sharp p rojectors and ceiling brackets in place of Electrohome projectors.Clin 0001 Qty 3 Sharp XG-V10WU ultra-high brightness LCD projector with lens. Projector outputs 4,700 ANSI lumens of light, with alternating dual lamp system. Includes zoom lens, and proje cts native SXGA/1280x1024X768 display. Unit weighs 50.7 pounds, with dimensions of 17.5Wx7.7Hx24.5D. Includes backlit wired/wireless remote with built-in mouse control, and features two-year parts and labor warranty, with 24-hour roadside assistance prog ram for the first year through Sharp Corporate. Clin 0002 Qty three (3) Sharp AN-XGCM70 ceiling mount for above projector; Clin 0003 Qty three (3) Sharp AN-L 10T, 10-base T adapters; Clin 0004 Installation to remove existing projectors and ceiling bracke ts and install new Sharp projectors and ceiling brackets. The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offerors identified in the offer and reasonably available to the Contracting Officer. In accordan ce with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with work to begin 12 May 2004 or date of award and to be completed within thirty (30) calendar days upon receipt of contract award. Acceptance is by the Battle Command Battle Lab Futures Lab, Ft. Leavenworth, KS. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation Commercial Items, offerors should submit with their quotation: (1) Cost proposal which shows p roposed unit cost, total cost per item, and total price for all items; (2) supporting information for proposed services that demonstrates they understand the specifics; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certif ications Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractors Duns and Bradstreet (DUNS) number; (5) Contractors Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000); 52.253-1, Computer Generated Forms (JAN 1991); 252.204-7003, Control of Governm ent Personnel Work Product (APR 1992); 252.246-7000, Material Inspection and Receiving Report (MAR 2003)FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Au thorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of S egregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers Wit h Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by E lectronic Funds Transfer Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996); FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor??????s Registration (NOV 2001); Local Clause 52.217-4087 Basis of Award All or None. The following Ft. Leavenworth, KS local clauses are applicable: 52.217- 4081 Safety and Accident Prevention In performing work under this contract the Contractor shall a. Conform to the specific safety requirements established by this contract; b. Comply with the safety rules of the Government installation that concern relat ed activities not directly addressed in this contract; c. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performanc e of this contract; and d. Take such additional immediate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes. 52.217-4600 Restricted Access to Military Installation A. The work to be performed und er this contract is located on the Fort Leavenworth military installation. As of January 1, 2002, the installation will institute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to stop and search procedures. At times of increased security alerts, control may be increased or access may be restricted completely. Some gates may be closed during periods of the day or night. B. The Contractor may be responsible for furnishing to each employee, and for requiring each employee engaged on the work, to display or possess identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivere d to the Contracting Officer for cancellation upon the release of any employee. C. Contractors shall obtain a vehicle registration pass for each contractor vehicle and for each contractor-employees private vehicle brought onto the installation. To regis ter a vehicle, the operator will be required to provide proof of vehicle registration, drivers license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. D. Prior to vehic le registration, contractors shall provide a roster of all employees names who will access the Fort during the performance of the contract. That roster shall be provided to the Contracting Officer and to the PMO. That roster shall be subsequently updated by the contractor as changes occur and provided to the Contracting Officer and to the PMO. SUBMISSION OF INVOICES/VOUCHERS (4074) All invoices shall be submitted on a monthly basis and shall include as a minimum (i) Invoice date; (ii) Name of Contractor ; (iii) Contract Number (including order number, if applicable); (iv) Contract Line Item Number(s), description of supply/service, quantity, unit of measure, unit price, and extended total; (v) name of address to which payment is to be sent; and (vi) name, title, phone number, and mailing address of person to be notified in the event of a defective invoice). Failure of the Contractor/Vendor to comply with the ins tructions provided herein will be considered as an improper invoice submission, and the time period for payment set forth in the terms of the Prompt Payment Act will not commence until receipt of a proper invoice by the Finance and Accounting Officer des ignated. The interest penalties of the Act do not apply to advance or progress payments. To avoid delay in payment, original copy of the invoice shall be mailed directly to: Defense Finance and Accounting Service - Rome ATTN: DFAS RO/FPV,325 BROOKS ROAD, ROME NY 13441-4527, or faxed to ATTN: vendor pay at 877-575-3332, or you may submit invoices in electronic form through the Web Invoicing System (WinS). Information and registration can be found at http://ecweb.dfas.mil. All interested, responsible firms should submit quotes (Original Plus One Copy of Quote and Applicable documentation IAW FAR 52.212-2) no later than 2:00 P.M. (CST) 07 May 2004, to the following address: Attn: Ceann Cupp, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenw orth, KS 66027-1417. Questions in regards to this quotation should be directed to Ceann Cupp, (913) 684-1629 or email cuppc@leavenworth.army.mil, faxed quotes will NOT be accepted. Copies of above reference clauses are available at http://www.arnet.gov/ far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items for found at http://w eb1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractors Registration database (www.ccr.gov) prior to the award of any Government Contract.
- Place of Performance
- Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Country: US
- Zip Code: 66027-1417
- Record
- SN00571933-W 20040425/040423212232 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |