Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2012 FBO #4046
SOLICITATION NOTICE

67 -- Multimedia Projector/Ceiling Mount - Required Documents

Notice Date
12/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-13-T-6007
 
Point of Contact
Jayton L. Fee, Phone: 7195564939, ,
 
E-Mail Address
jayton.fee@us.af.mil, 21cons.lgcbb@us.af.mil
(jayton.fee@us.af.mil, 21cons.lgcbb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) Pricing Table for Multimedia Projector and Ceiling Mount This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation FA2517-13-T-6007 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-63. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. This procurement is a 100% small business set-aside. The NAICS code, 423430, Computer and computer peripheral equipment and software merchant wholesalers, with a size standard of 100 employees. A single Firm Fixed Price award will be made as a result of an evaluation of the quotes received. The specifics of this procurement are as follows. CLIN Description Quantity Unit of Measure 0001 Epson PowerLite Pro G5750WU Projector "or Equal" 1 Each 0002 Epson Advanced Projector Ceiling Mount with Precision gear "or Equal" 1 Each THIS IS A "BRAND NAME OR EQUAL" REQUIREMENT. In order for a projector to be accepted as "or Equal", it must meet the following Minimum Characteristics: CLIN 0001 Quantity: 1 each Minimum Characteristics: • 4500 lumens color and white light output • Full HD, WUXGA (1920 x 1200) resolution • LCD technology • HDMI, DVI-D, VGA and multiple video/audio inputs • Full digital connectivity with HDMI and DVI-D ports • 5 BNC, 2 video/audio, 1 x VGA and RS-232 for additional flexibility • Multi-screen options - project two side-by-side images from two different inputs and up to four images from users networked to the projector • Must have at least 3 split-screen layout options: o Layout Option 1: 50-50% split-screen o Layout Option 2: Main image on the left o Layout Option 3: Main image on the right o The image on at least one side of the screen can be output to an external monitor We are requesting "Brand Name or Equal". In order for the ceiling mount to be accepted as "or Equal", it must meet the following Minimum Characteristics: CLIN 0002 Quantity: 1 each Minimum Characteristics: • Tilt: ±20º • Roll: ±10º • Swivel: 360º FOB Destination to Peterson AFB, CO 80914 is required 30 days after award. Items must be new, utilizing all new components. No remanufactured or refurbished equipment. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the System for Award Management (SAM) Database at (www.sam.gov ) in order to be considered for award. Multiple offers will not be accepted. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. IAW Paragraph A an award will be made to the offeror meeting technical specifications and the lowest price (LPTA). The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2011), applies to this acquisition. All vendors shall be registered in the System for Award Management (SAM) (www.sam.gov) at the time of quote submittal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010), applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2012), applies to this acquisition. The following FAR Clauses apply to this solicitation: FAR 52.204-99 System for Award Management Registration (Dev) (Aug 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.219-28 Post-Award Small Business program Re-representation FAR 52.222-19 Child Labor FAR 52.222-26 Equal Opportunity FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.233-3 Protest After Award FAR 52.247-34 FOB Destination FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Dev) (Aug 2012) FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following DFARS clauses are: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.212-7000 Offeror Representations and Certifications -Commercial Items (Jun 2005) DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies On Contract Payments (Dec 2006) The following AFFARS clause applies to this solicitation: AFFARS 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@us.af.mil. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation shall be submitted in writing no later than 3:00 PM MST, 8 January 2013. Submit questions to A1C Jayton Fee via e-mail:jayton.fee@us.af.mil and to 21cons.lgcba@us.af.mil Quotes shall be submitted in writing no later than 3:00 PM MST, 11 January 2013. Submit quotes to A1C Jayton Fee via e-mail:jayton.fee@us.af.mil and to 21cons.lgcba@us.af.mil Quotes shall include CAGE Code, DUNS, Tax Identification Number, FOB Point, Discount Terms and Delivery Date. Quotes must be valid for a minimum of 30 days after submittal. Contracting Office Address: 135 Dover Street, Suite 2225 Peterson AFB, CO 80914-1055 United States Place of Delivery: 1050 E. Stewart St. Bldg 2025 Peterson AFB, CO 80914-2902 United States Primary Point of Contact.: A1C Jayton Fee Contract Specialist Phone: 719-556-0851 E-mail:jayton.fee@us.af.mil and to 21cons.lgcba@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-13-T-6007/listing.html)
 
Place of Performance
Address: 1050 E. Stewart St. Bldg 2025, Peterson AFB, CO 80914-2902, United States, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02952884-W 20121222/121220234523-0df960c8c29578172837143db368b5ec (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.