SOLICITATION NOTICE
59 -- Audio Visual Installation and Equipment - Statement of Work (SOW) - Bid Schedule
- Notice Date
- 5/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 443112
— Radio, Television, and Other Electronics Stores
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- FA4659-11-Q-0008
- Archive Date
- 7/5/2011
- Point of Contact
- Rebecca M. Andrew, Phone: (701) 747-5266, Thomas M. Smith, Phone: 7017475286
- E-Mail Address
-
rebecca.andrew@us.af.mil, thomas.smith.36@us.af.mil
(rebecca.andrew@us.af.mil, thomas.smith.36@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule Statement of Work 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. The 319th Contracting Squadron at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 is requesting proposals for Electronics to include projectors, audio systems, reciver systems, and installion of all including additional TVs and a Smart Board. Please see attached spreadsheet for list of all items and descriptions. This solicitation is a 100% Small Business Set Aside and all responsible offers will be accepted. The solicitation reference number is F2A3E31081A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The NAICS code for the acquisition is 443112 and the size standard is $9.0Mil. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the requirement, delivery time, and provides the best value to the government in terms of price. Please provide quotes on the items on the attached spreadsheet or "or equal" items. All items must be quoted with item discriptions or equal and attached Statement of Work dated 17 May 2011. To be considered an equal, product items must meet or exceed specifications in attached item discriptions. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41,Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Tates for Federal Hires; FAR 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 533 DOL Wage Class Equivalent Rate 13061 Media Specialist I $12.61 GS-4 $11.75 plus fringe benefits plus fringe benefits FAR 52.237-1, Site Visit, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Instructions for site visit: Meet at Cargo Gate on Hwy 2 (west, past the Emerado/Passenger Gate overpass) no later than 8:45 A.M. (CST), 6 June 2011. The site visit will start at 9:00 P.M. and there will not be a second site visit. Transportation will be provided. If you are interested in attending the site visit you must email rebecca.andrew@us.af.mil or thomas.smith.36@us.af.mil no later than 4:00 P.M. (CST), 2 June 2011 with the names of the individuals attending, date of birth, and social security number. When attending you must bring at least one form of valid picture ID. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. Offers must be sent in writing via e-mail to the Purchasing Agent, Amn Rebecca Andrew, no later than 4:00 P.M. (CST) on 20 June 2011. For more information email rebecca.andrew@us.af.mil or call at # 701-747-5266. Fax # 701-747-4215. The alternate POC for this requirement is MSgt Thomas Smith, at #701-747-5286, or thomas.smith.36@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-11-Q-0008/listing.html)
- Place of Performance
- Address: Grand Forks AFB, Grand Forks, North Dakota, 58204, United States
- Zip Code: 58204
- Zip Code: 58204
- Record
- SN02452969-W 20110522/110520234356-7dd8b59a400d7bb8a537f8deb7b85fdf (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 |