Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2012 FBO #3917
MODIFICATION

58 -- Projector and Screen

Notice Date
8/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment 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
F3Z1572201A001-Holt
 
Archive Date
9/1/2012
 
Point of Contact
Joseph D. Holt, Phone: 7074247743
 
E-Mail Address
joseph.holt@us.af.mil
(joseph.holt@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. The solicitation number is F3Z1572201A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 2012; Defense DCN 20120724 effective 07 Jul 2012, and AFAC 2012-0330 effective 30 Mar 2012. This acquisition is Small Business Set-Aside; The North American Industry Classification System (NAICS) code is 334310 The business size standard is 750 employees. The Federal Supply Class (FSC) is 5820. The Standard Industrial Classification (SIC) is 3651. Travis AFB has a requirement for a Projector and Projector Screen + installation. See line items below for more details. All work must be done by 30 Sep 2012 0001 Projector Color Brightness: 4000 lumens, White brightness: 4000 lumens, full HD performance, DVI-D / HDMI connectivity, include 1.8x standard zoom lens. Ceiling Mounted. 0002 Projection screen HDTV (16:9) format dimensions with 2" standard black drop at top, seamless screen with matte white. Screen fabric to be flame retardant and mildew resistant fiberglass with black masking borders standard. Motor inside the roller Viewing area Height (58") X Width (104") Nominal diagonal (119") or (302 cm). Wall mounted. 0003 Materials used to complete installation and integration of overhead projector and surface mounted electric motorized screen (1ea 50' HDMI cable, 1ea-50' VGA cable, 2ea-cable brushed plates, ceiling and wall anchors, nuts, bolts, washers, copper wire, flex conduits and cable clamps. 0004 Installation/integration services Est: 36 hours of labor to prepare, install and integrate overhead projector and surface-mounted electric motorized screen. (See Statement of work). 0005 Premier Mounts. Mounting kit (ceiling mount, ceiling plate adapter) for projector. 0006 Projection screen floating mounting bracket-white. Allows screen to be mounted onto a wall or ceiling studs and aligned left or right 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 52.237-1 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. Site Visit: A site visit will be scheduled for 15 August 2012 at 1500. If you plan on attending you will need to email me by 1200 PST 14 August 2012 letting me know you wish to attend. We will be meeting in the parking lot adjacent to the Travis AFB Pass and Registration Center at 1445 to gather and take accountability, the van will be leaving the visitor center at 1455 to proceed to the site. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 1 days of site visit and all of the answers will be posted on FBO. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to come up with a more accurate quote. 52.212-3 ALTERNATE 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total SB Set Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea By Full Text 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions DEVIATION 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352-201-9101 OMBUDSMAN These products must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) 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 joseph.holt@us.af.mil or fax to 707-424-0288. NO LATER THAN 16 Aug 2011, 08:30 AM, PST and offers NO LATER THAN 17 Aug, 11:00 AM, 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. If a fax was sent, please contact SrA Holt by either email or phone conversation to confirm the quote was received. Point of contact is SrA Holt, Contract Specialist, telephone 707-424-7743.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z1572201A001-Holt/listing.html)
 
Place of Performance
Address: Operations Group Conference Room, Bldg 50 Room 109, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02836365-W 20120815/120813235313-ae1cf9b4016fb1130deda5a06ff07704 (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.