SOLICITATION NOTICE
70 -- CLARIDGE AUDIO/VISUAL EQUIPMENT - BRAND NAME JUSTIFICATION
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2FT352243A001-CLARIDGE-AUSTIN
- Archive Date
- 10/3/2012
- Point of Contact
- 1 SOCONS/LGCC, , Brantley Austin, Phone: 8508842082
- E-Mail Address
-
1socons.lgcc@hurlburt.af.mil, brantley.austin@hurlburt.af.mil
(1socons.lgcc@hurlburt.af.mil, brantley.austin@hurlburt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- BRAND NAME JUSTIFICATION FOR CLARIDGE AUDIO/VISUAL EQUIPMENT Supply or Services Classification Code: 7035 Subject of Synopsis: Claridge Audio and Visual Equipment Bundle with Installation IFB/RFP Number: F2FT352243A001 SYNOPSIS/SOLICITATION DESCRIPTION Solicitation Number F2FT352243A001 hereby issued as a Request for Quotation. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61, effective 13 Sept 2012. The Government has a commodities requirement for special tactics advanced environmental protection equipment/gear. The North American Industry Classification System (NAICS) code for this project is 334310 with a size standard of 750 employees; the SIC code is 7035. The contract will be a single award, Firm-Fixed-Price type contract. The incorporated provisions and clauses are current according to http://farsite.hill.af.mil. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: CLIN 0001: CLR 46" DID, Vertical, Touch enabled digital signage, ADID-4645PT, 3 each CLIN 0002: CLR ELF dual Monitor Podium, ELF-192D, 8 each CLIN 0003: CLR SimPo Digital Podium, SIMPO-220, 1 each CLIN 0004: CLR 82" LCD Interactive Monitor, CSLCD-82P, 4 each CLIN 0005: CLR 70" LCD Interactive Monitor, CSLCD-70P, 7 each CLIN 0006: CLR 65" LCD Interactive Monitor, CSLCD-65P, 2 each CLIN 0007: CLR 55" LCD Interactive Monitor, CSLCD-55P, 4 each CLIN 0008: CLR 46" LCD Interactive Monitor, CSLCD-46P, 5 each CLIN 0009: CLR Wall Mount (46" and 55"), LCD-P4263F, 9 each CLIN 0010: CLR Wall Mount (65", 70", 82"), LCD-P5080F, 13 each CLIN 0011: BBY Coby 32" LCD, 1080p, HDTV, BB11889472, 4 each CLIN 0012: BBY Low profile Tilting Wall Mount Kit for 32" TV's, BB11128093, 4 each CLIN 0013: BBY Toshiba 65" LCD, 1080p, HDTV, BB11643496, 1 each CLIN 0014: BBY Low profile Tilting Wall Mount for 65" TV, BB1128094, 1 each CLIN 0015: SHIPPING CLIN 0016: INSTALLATION FOB: Destination for delivery to Hurlburt Field, FL 32544 CLAUSES INCORPORTATED BY REFERENCE: FAR 52.203-6: Alt 1 Restrictions on Subcontractor Sales to the Government FAR 52.203-11: Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12: Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4: Printed or Copied Double-Sided on Recycled Paper FAR 52.204-99: System for Award Management Registration FAR 52.209-5: Certification Regarding Responsibility Matters FAR 52.209-6: Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7: Information Regarding Responsibility Matters FAR 52.211-6: Brand Name or Equal FAR 52.219-6: Notice of Total Small Business Set-Aside FAR 52.219-14: Limitations on Subcontracting FAR 52.222-3: Convict Labor FAR 52.222-19: Child Labor-Cooperation with Authorities and Remedies FAR 52.229-3: Federal, State, and Local Taxes FAR 52.233-2: Service of Protest FAR 52.233-4: Applicable Law for Breach of Contract Claim FAR 52.242-13: Bankruptcy FAR 52.246-2: Alt 1 Inspection of Supplies - Fixed Price FAR 52.247-34: F.o.b. Destination FAR 52.252-1: Solicitation Provisions Incorporated by Reference DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower DFARS 252.209-7001: Disclosure of Ownership of Control by a Foreign Government DFARS 252.225-7012: Preference for Certain Domestic Commodities DFARS 252.243-7001: Pricing of Contract Modifications DFARS 252.243-7002: Requests for Equitable Adjustment CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-1: Instructions to Offerors-Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to include technical specifications. Offeror shall submit offers to 1 SOCONS/LGCC, Attn: 2nd Lt Brantley Austin, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F2FT352243A001. Offers may be emailed to brantley.austin@hurlburt.af.mil. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Quotation. 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: (1) PRICE (2) TECHNICAL The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Technical acceptability will be determined by a review of the proposed item to ensure each item meets the same or similar specifications as the items in CLIN 0001 - CLIN 0016. FAR 52.212-3: Offerors representations and Certifications-Commercial Items (Apr 2012) and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012) applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.219-1 Alt 1 Small Business Program Representations FAR 52.252-1: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-6: Authorized Deviations in Clauses DFARS 252.211-7003: Item Identification and Valuation DFARS 252.212-7001: Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items AFFARS 5352.201-9101: OMBUDSMAN Contracting Specialist, 2nd Lt Brantley Austin Phone (850) 884-2082, FAX 850-884-2041, E-Mail: brantley.austin@hurlburt.af.mil, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810 Contracting Officer, 1st Lt John Lingamfelter Phone (850) 884-5373, FAX 850-884-2041, E-Mail: john.lingamfelter@hurlburt.af.mil, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2FT352243A001-CLARIDGE-AUSTIN/listing.html)
- Place of Performance
- Address: HURLBURT FIELD AFB, HURLBURT FIELD, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN02883551-W 20120916/120915000551-bdd1a63c563d5ce8ce260b717c2983f1 (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 |