SOLICITATION NOTICE
75 -- Audio Visual Equipment
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 7211
- Response Due
- 9/17/2007
- Archive Date
- 10/2/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial item is 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 requirement, 7211_Audio Visual, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 443112. The small business size standard for NACIS 443112 is $8.0MM. Structure contract line item numbers (CLIN) as follows: 1 Lot, Audio Visual Equipment. The requested item/description is attached below. Quotes should be in the following format: price for each line item independently. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation ? Submit quotation on company letterhead utilizing the quotation format structure above, also provide documents verifying your company?s ability to meet the qualification standards stated. FAR provision 52.212-2. The following factors will be used to evaluate the offer: price, technical quality & capability, features and warranty. In addition to a price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3 (k), Offeror Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1, Definitions; FAR 52.203-3, Gratuities; FAR 52.204-4, Double Sided Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.209-5, Debarred Contractors; FAR 52.209-6, Debarred Sub-Contractors; FAR 52.212-1, Instruction to Offerors, 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 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14, Limits on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Rerepresentation. If you do not have the following NAICS code 443112 on your CCR Registration you will have to complete the below information. The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. FAR 52.222-3, Convict Labor; FAR 52.222-19, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity Disabled Vets; FAR 52.222-36,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-37, Employment Reports ? Disabled Vets; FAR 52.222-39, Notification of Employee Rights ? Union Dues; FAR 52.223-9, Est Percentage Rec Mat; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.227-2, Patent and Copyright Infringement; FAR 52.229-3, Federal, State and Local Taxes; FAR 52.232-17, Interest; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.242-13, Bankruptcy; FAR 52.247-34, FOB Destination; FAR 52.249-8, Default Fixed Pr Svc/Supply; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFAR 252.209-7001, Disclose Own/Control by Gov Terrorist Country; DFARS 252.209-7004, Subcontracting w/ Firms Own/Control by Gov Terrorist Country; DFARS 252.212-7000, Offeror Reps and Certs?Commercial Items; DFARS 252.223-7001, Hazard Warning Label; DFARS, 252.211-7003, Item ID & Valuation; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.223-7001, Hazard Warning Labels; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Domestic Commodities; DFARS 252.225-7014, Domestic Spec Metal; DFARS 252.232-7003, Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7022, Rep of Extent of Transportation by Sea; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea; AFFARS 5353.201-9101 Ombudsman; 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 4:00 p.m., Pacific Daylight Time, on 17 Sep 2007. Requirement is as follows: Technical survey/design, provide and install audio/visual equipment for five (5) classrooms. Please bid on item(s) that meet or exceed the following minimum requirements. Audio/Visual equipment will be needed for five (5) classrooms. A technical specialist survey is needed to verify the actual requirements. Following equipment required per classroom:, Recessed Electric, Projector Screen, Projector, Marker Board, Wireless Lapel Microphone, DVD Player w/ HD Conversion, Home/Classroom Theator System, Sympodium, Document Camera, Warranty. PLEASE INCLUDE PHOTO(S), DESCRIPTIVE LITERATURE AND/OR COMPLETE SPECIFICATIONS. Estimated installation date is 15 Oct 07. INSTALLATION INFORMATION: 1. Is the office ready for installation now? TBD 2. Does the building have a loading dock? If no loading dock, how many steps (stairs) into the building? No Loading dock and no stairs. 3. What floor is the furniture to be delivered on? TBD 4. Is there existing furniture that has to be removed? TBD 5. Is there a trash receptacle or dumpster available for disposal of packing materials? No 6. What hours of operation can install be scheduled for? 0800 ? 1600 7. Are there drawings of room(s)?/ What item(s) will be going into what room(s)? TBD during Site Visit. 8. Is there any indication that the entryway may not be wide enough to accommodate the furniture with the packing material still on it? No indication. Electrical will be handled by the Government. Site Visit Information. Date/Time: Wed, 12 Sep 07, 8:00 ? 9:00am, Meeting location: Main Gate at Creech AFB NV, Documents required: Photo identification, License/Registration (for vehicle), Additional base access information: Contact Ms Rachelle Luna at 702-652-8450 or rachelle.luna@nellis.af.mil, Pictures and site visit notes provided upon request. Attendance is strongly encouraged for submission of a complete and accurate proposal. Those who are able to participate in the site visit, please confirm your visit via email. Quotes are due on or before 4:00 p.m., Pacific Daylight Time, on 17 Sep 2007.
- Place of Performance
- Address: C St, Bldg 143, Creech AFB NV
- Zip Code: 89018
- Country: UNITED STATES
- Zip Code: 89018
- Record
- SN01396987-W 20070908/070906221036 (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 |