Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2006 FBO #1558
SOLICITATION NOTICE

58 -- BT-LH1800 LCD MONITOR

Notice Date
3/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-06-T-0017
 
Response Due
3/1/2006
 
Archive Date
3/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/soliciation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a SF 1449 will not be issued. This solicitation is issued as a Request for Quotation (RFQ), under RFQ FA7012-06-T-0017, in accordance with (IAW) FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08, effective 5 Jan 06. The North American Industry Classification System (NAICS) code is 334310, with 750 employee size standard. The proposed acquisition is 100% reserved for small business, 8(a) Hubzone, disabled veteran, women-owned and small disadvantaged owned small business are encouraged to submit quotes. LINE ITEMS////Solicitation No. FA7012-06-T-0017 Quantity Unit Price Extended Price ITEM 0001: 2 ea USAF BANDBT-LH1800 LCD MONITOR Internal Ref # F1A1A15363A300 USAF Band BT-LH1800 LCD Monitor////quantity: 2 each Panasonic BT-LH1800 18" BT Series Multi-Format Color LCD Monitor with Desk Stand (Model # BTSTAND) Specifications:Ideal for ENG, EFP and studio operations Supports HD and SD SXGA resolution Ultra-thin, space-saving design Ultra-sharp resolution Composite, S-video I/O Industry's widest viewing angle - 117 degrees horizontal and vertical Screen Size (inches) 18 Native Resolution 1280 x 1024 Aspect Ratio 16:9/4:3 switchable NTSC Format Standard PAL Format Standard Viewing Angle (degrees) 170 Displayable Colors (millions) 16.77 THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTON AND ACCEPTANCE TERMS: See Numbered Note 22. Clauses: If bidding on an ?OR EQUAL? item, offerors must submit descriptive literature or a sample along with your quote. INSPECTON AND ACCEPTANCE TERMS: Item shall be priced FOB Destination. Delivery date upon receipt of order: 30 DAYS______. Supplies/services will be inspected at destination/government, accepted at destination/government. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.242-15, 52.252-2, 52.252-6, (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001, 252.225-7001, 252.225-7002, 252.232-7003, 252.225-7009, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.233-3 and 52.233-4. All responses must be received no later than 4:00 P.M. EST on 9 Feb 06 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Ms. Chris Smith, Contract Specialist, Phone (202) 767-8099, FAX (202) 767-7887, E-mail: Chrissandra.Smith@bolling.af.mil
 
Place of Performance
Address: 201 MCCHORD ST., ATTN: SMSGT CRAIG LEDOUX, BOLLING AFB, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN00997009-W 20060303/060301212447 (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.