Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

74 -- Information Kiosks

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3811196A007
 
Archive Date
9/17/2011
 
Point of Contact
Paul Matthew Zorch, Phone: 7074247760
 
E-Mail Address
paul.zorch@us.af.mil
(paul.zorch@us.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 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 solicitation is a small business set aside. The solicitation number is F3Z3811196A007; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 4 August 2011; Defense DCN 20110725 effective 25 July 2011, and AFAC 2011-0714 effective 14 July 2011. The North American Industry Classification System (NAICS) code is 334111. The business size standard is 1,000 employees. The Federal Supply Class (FSC) is 7490. The Standard Industrial Classification (SIC) is 3571. Travis AFB has a requirement for Standing Information Kiosks for the dormitories on base. (Quantity: 17) Specifications: 19" LCD with rugged keyboard Steel Construction Powdercoat finish Lock and key entry Rear hinged service door Fans Main LCD: 19" LCD with resistive touch screen USB keyboard Rugged external keyboard with track ball USB interface Speakers: Kiosk amplified dual speaker system PC: Core2Duo, Windows 7 Professional, E7500 with VT/2.93 GHz, 3M, 1066 FSB, 2 GB, Non-ECC, 1333 MHz DDR3, 1x2 GB: Integrated Video, GMA 4500, 250 GB SATA 3.0 GB/s, 8 MB Data Burst Cache, 8X DVD-ROM Slimline (Data Only) Cameras: Stealth Camera Hood Cameras: Web Cam WiFi 802.11: WiFi USB Adapter- with detachable antenna. Includes cable and mounting. Artwork/Paint Options: Stealth Vinyl Logo, includes setup, print and application Remote Monitoring Software: LogMeIn Free Version-basic remote access Packaging and Test: Kiosk QA and Electronics Testing labor included Packaging and Test: Designed and built to UL and FCC Class A Product Approval Standards Packaging and Test: Kiosk assembly and Electronics Systems Integration labor included Packaging and Test: One year parts warranty Packaging and Test: Pallet and Cardboard Packaging Install and Program Kiosks Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.209-6 Protecting the Government Interest FAR52.212-1 Instructions to Offerors -- Commercial Items FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the kiosk offered to meet the Government requirements; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.219-28 Post-Award Small Business Program Representation 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 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviation in Clausts, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 FAR 52.232-18 Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252.204-7006 Billing Instructions DFARS 252.204-7010 Levies on Contract Payments DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea DFARS 252.211-7003 Item Identification and Validation DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 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. Please send any questions to paul.zorch@us.af.mil or fax to 707-424-5189 NO LATER THAN 31 August 2011, 09:00 PM, PST and offers NO LATER THAN 2 September 2011, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Matt Zorch, Contract Specialist, telephone 707-424-7760. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3811196A007/listing.html)
 
Place of Performance
Address: 692 A Street Building 1348, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02543833-W 20110824/110822234953-d59795276d9cf6ee134493ef2df42af4 (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.