Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2005 FBO #1424
MODIFICATION

58 -- Audio Visual Equipment

Notice Date
10/18/2005
 
Notice Type
Modification
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-F3G5GA5285A1
 
Response Due
11/1/2005
 
Archive Date
11/16/2005
 
Point of Contact
Philip Davis, Contract Specialist, Phone 702-652-9576, Fax 702-652-5405,
 
E-Mail Address
philip.davis@nellis.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 the 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, F3G5GA5285A1 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this solicitation is 443112 . The size standard for a small business under this NAICS code is one that is equal to or less than 500 employees. This Request for Quotation is being submitted as a restricted solicitation open to small businesses. This is a commercial purchase. Contractor’s quotes shall be brand name or equal and include pricing for the following line items: Audio Visual Equipment and Installation 4 ea.- High Resolution Video quad- Model:4 View- Mfgr: RGB Spectrum 5 ea. – 50” Plasma display (include speakers)- Model: DU50PX10C Mfr: Chief 4 ea.- Fixed wall mount for 50” plasma display- Model: PSM- Mfgr: Chief 4 ea.- Lateral shift bracker- Model: PAC 125- Mfr: Chief 2 ea.- Single display ceiling mount-Model:PCM-Mfr:Chief 2 ea.- 12”-18” adjustable extension for mount-Model:CMA02018-Mfr:Chief 2 ea.- Structural adapter for ceiling mount-Model:CMA372-Mfr:Chief 6 ea.- MLS100A four input audio switcher-Model:6049701-Mfr:Extron 4 ea.- Versatools Rack shelf kit-Model:6019020-Mfr:Extron 4 ea.- Equipment rack-Model:BRK20-Mfr:MidAtlantic 4 ea.- Utility drawer, 2 space for rack-Model:UD2-Mfr:MidAtlantic 16 ea.- 1 space blank panel for rack-Model:PBL1-Mfr:MidAtlantic 2 ea.- IR connecting block-Model:789-44-Mfr:Xantech 2 ea.- power supply-Model:781RG-Mfr:Xantech 4 ea.- Dual output emitters-Model:284M-Mfr:Xantech Installation of above equipment, hardware to hang displays, RGBHV, video & speaker cable, and 110 vac electrical requirements for displays Description Please include descriptive literature, and/or complete specifications. All quotes shall be FOB destination. If quoting equal, literature, technical data and product specifications must be submitted with quote for the line item. Quotes should be in the following format; price for each line item independently and price for combined line items. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. The following factors will be used to evaluate the offer: Price, Technical Capability, and delivery schedule. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:30 p.m., Pacific Daylight Time, on 01 November 2005. A site visit is scheduled for 24 October 2005 @ 1000-1100. The allotted time is firm and will not be extended. Please be properly prepared so that you may obtain all necessary information within this hour. The site visit will be located at Nellis AFB, BLDG. 282- 16 WPS. The following information must be forwarded to me no later than close of business on 20 October 2005…. 1. Name of company and self. 2. Social Security number of all persons attending. 3. Date of Birth of all persons attending. 4. Vehicle License Plate Number and State of issue You will not be allowed to enter Nellis AFB without this information so please respond by the 20th if you wish to attend the site visit. Participation in the site visit is not mandatory but highly encouraged so that you may be able to provide an adequate and proper bid. SSGT Philip S. Davis 99th Contracting Squadron Nellis AFB, NV 89191 Ph: (702) 652-9576 Fax: (702)652-5405 e-mail: philip.davis@nellis.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-OCT-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/99CONS/Reference-Number-F3G5GA5285A1/listing.html)
 
Place of Performance
Address: 5865 Swaab Blvd. Nellis AFB, NV
Zip Code: 89191
Country: USA
 
Record
SN00917613-F 20051020/051018213117 (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 |
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.