MODIFICATION
59 -- Design, Purchase and Installation of Audio/Visual Equipment for Multiuse Dining Facility in Bldg 500.
- Notice Date
- 7/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 443112
— Radio, Television, and Other Electronics Stores
- Contracting Office
- 115 FW/MSC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
- ZIP Code
- 53704-2591
- Solicitation Number
- W912J2-12-Q-1005
- Response Due
- 8/8/2012
- Archive Date
- 10/7/2012
- Point of Contact
- Ryan Johnson, 6082454524
- E-Mail Address
-
115 FW/MSC
(ryan.johnson.32@ang.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 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 soli-citation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). The RFQ number for this requirement is W912J2-12-Q-1005. The Wisconsin Air National Guard, 115th Fighter Wing, Truax Field is soliciting quotes for a requirement for the design, purchase and installation of audio/video equipment in its multiuse dining facility located at 3110 Mitchell Street, Madison, WI 53704. PLEASE SEE ATTACHED STATEMENT OF WORK. The anticipated award will be a Firm Fixed Price Contract; the award will be made to the respon-sible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: BEST VALUE TO THE GOVERNMENT (COST AND TECHNICAL EQUAL). The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. This requirement is a 100% SMALL BUSINESS set-aside acquisition. The NAICS code is 443112 and the size standard is $25.5. Schedule of Supplies/Services: CLIN 0001: Parts and Equipment CLIN 0002: Installation The following provisions are applicable to this requirement: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008) applies to this acquisition. The following addenda are provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE number, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items (May 2011). Contractors are required to include a complete copy of the provision with their proposal unless offeror has a current ORCA registration online at https://orca.bpn.gov/login.aspx. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010). The following addenda are provided to this provision: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoice. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2011). The following FAR clauses cited within this clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation;52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.233-3, Protest After Award; FAR 52.252-2, Clauses Incorporated by Reference and 52.252-6, Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011). The following clauses and provisions within this clause are applicable: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea. DFARS 252.204-7004 Required Central Contractor Registration; **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. A site visit will be conducted on Tuesday, 31 July 2012 at 9:00 A.M. Please come to the small visitor parking lot outside of the gate which is located off of Pierstorff Street in Madison, WI. Those attending the site visit will be required to submit via email to Ryan Johnson, ryan.johnson.32@ang.af.mil the name of the individuals who plan to attend and the company they are representing. All attendees will be escorted on base. For information regarding this RFQ, contact MSgt Ryan Johnson via email at ryan.johnson.32@ang.af.mil. All quotes resulting from this RFQ must be received by email to ryan.johnson.32@ang.af.mil or FAX at (608) 245-4489 NLT 3:00 P.M. CST on Wednesday, 8 August 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-12-Q-1005/listing.html)
- Place of Performance
- Address: 115 FW/MSC Wisconsin Air National Guard, 3110 Mitchell Street, Building 500 Madison WI
- Zip Code: 53704-2591
- Zip Code: 53704-2591
- Record
- SN02814060-W 20120726/120725000753-92c2614e16586c1cee32d80b1c597b15 (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 |