Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

74 -- 1. CLASSROOM INFRASTRUCTURE UPGRADE2. SET ASIDE IS FOR SMALL DISADVANTAGED BUSINESS, NOT N/A AS LISTED IN THE DROP DOWN BELOW.

Notice Date
7/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T6CC0165AG01
 
Response Due
7/20/2010
 
Archive Date
9/18/2010
 
Point of Contact
Heidi R Weber, 509 247 7224
 
E-Mail Address
141 ARW/MSC
(heidi.weber@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for services prepared in accordance with the format in Subpart 12.6, as supplemented with 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 is issued as a request for quote F6T6CC0165AG01. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100430. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 334290. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small disadvantaged business. The date, time and request for quote offers are due by: 9:00A.M. Pacific Time on 20 July 2010 to Heidi.Weber@US.AF.MIL. Must send copy of quote to Scott.petrin@us.af.mil, as well. ALL QUESTIONS ARE TO BE SENT BY EMAIL. No phone questions will be accepted. INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT 15 JULY 2010, 10 AM Pacific Time, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS. This requirement is for the following items: Item 1: Wire management tray for 60 wide rectangular workstation (Hon part# HONEDWM60 or equivalent). Quantity: 18. Must fit Hon model ED2460G desks already on hand. Item 2: AMP RJ45 CAT 5E jack (Hon part# HTADJ5 or equivalent). Quantity: 36. Must fit Hon ULSG series interlinks or equivalent in items 3 and 4. Item 3: Data/power interlink set (Hon part #ULSG5 or equivalent). Quantity: 4. Must fit grommet cutouts on Hon model ED2460G desks already on hand. Must connect to ULSG8 interlinks or equivalent in item 4 and CAT 5E jacks or equivalent in item 2. Item 4: Data/power interlink set (Hon part #ULSG8 or equivalent). Quantity: 2. Must fit grommet cutouts on Hon model ED2460G desks already on hand. Must connect to ULSG5 interlinks or equivalent in item 3 and CAT 5E jacks or equivalent in item 2. Item 5: 3000 ANSI lumens or higher XGA LCD projector with LAN connectivity (Boxlight model # Seattle X30N or equivalent). Quantity: 1. Item 6: 50 ft. pull-apart SVGA/VGA monitor cable with 2 DB15 male connectors (Tripp-Lite model# P503-050 or equivalent). Quantity : 1. Item 7: 1000 ft. 1000Base-T 550Mhz CAT 6, unshielded, plenum cable, blue color (Black Box Network Services part# EYN871A-PB-1000 or equivalent). Quantity: 1. Item 8: 1000 ft. 1000Base-T 550Mhz CAT 6, unshielded, plenum cable, green color (Black Box Network Services part# EYN879A-PB-1000 or equivalent). Quantity: 1. Item 9: 6 ft. Computer cable lock (HP Kensington Microsaver Security Cable Lock model# PC766A or equivalent). Quantity: 18. Must fit Kensington Lock port on HP model 6930P laptop. Item 10: Circumaural noise cancelling headphones (Kensington model K33084 or equivalent). Quantity: 12. Item 11: Lockable in-ceiling electronics equipment enclosure with electrical junction box, fan module, and wire entry ports (Panduit model PZICEA or equivalent). Quantity:1. Must fit existing drop ceiling tile template. Item 12: 11 ft. communication pole, single channel with mounting hardware, off white color (Panduit model PCPA11IW or equivalent). Quantity: 4. Must fit snap-on faceplate T70B2IW or equivalent at item 14. Item 13: 11 ft. power/communication pole, UL and CSA rated 600V, dual channel with mounting hardware, off white color (Panduit model PCPA11R20IW or equivalent). Quantity: 4. Must fit snap-on faceplate T70B2IW or equivalent at item 14. Item 14: Snap-on vertical communications faceplate, off white color (Panduit model T70B2IW or equivalent). Quantity: 8. Must fit PCPA11IW communications pole or equivalent and PCPA11R20IW power/communications pole or equivalent at items 12 and 13. Quote must include all costs of shipping to F.O.B. destination (41st Division Way, Camp Murray, WA 98430 Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. This is a best value decision. The following factors shall be used to evaluate offers: Price The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III -INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. The date, time and request for quote offers are due by: 9:00A.M. Pacific Time on 20 July 2010 to Heidi.Weber@US.AF.MIL. Must send copy of quote to Scott.petrin@us.af.mil, as well. ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT THURSDAY 15 JULY 2010 10 AM Pacific time, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS. *This solicitation is set aside for small disadvantaged business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T6CC0165AG01/listing.html)
 
Place of Performance
Address: 143RD CBCS Washington Air National Guard Camp Murray WA
Zip Code: 98430
 
Record
SN02199281-W 20100710/100708234851-3e60d0ed356a8e0a7aa4a04b753ad459 (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.