COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2, 2001 PSA #2758
SOLICITATIONS
W -- LEASE, SETUP, OPERATE, AND DISASSEMBLE A LARGE MOBILE VIDEO
- Notice Date
- December 28, 2000
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- F26600-01-QB011
- Response Due
- January 12, 2001
- Point of Contact
- Jeff Bishop, Contract Specialist, Phone 702-652-9573, Fax 702-652-5405, Email jeffrey.bishop@nellis.af.mil -- Trey Burrows, Contract Specialist, Phone 7026525354, Fax 7026525405, Email
- E-Mail Address
- Jeff Bishop (jeffrey.bishop@nellis.af.mil)
- Description
- Description: This is a 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; quotes are being requested and a written solicitation will not be issued. This solicitation (F26600-01-Q-B011) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This acquisition is set aside exclusively for small business concerns. The NAICS code for this solicitation is 53249. FAR 19 classifies small business firms as those that gross equal to or less than $5 million annually based on the average of the offeror_s past three fiscal years. The item description is as follows: Non-personal service: Contractor shall provide all labor, tools, parts, materials, facilities, transportation and necessary equipment to furnish, set up and operate one (1) large portable video screen for outdoor aerial bombing demonstrations to be held on 02 Feb, 27 Apr, and 27 Jul 2001 at Indian Springs Auxiliary Air Field, Point Bravo, Nevada (27 miles north of Las Vegas) for the Capstone Firepower Demonstration. Government requires a minimum video screen size of 20 x 27 ft. Screen must be able to be raised up to 30 ft in height and must be able to rotate 360 degrees when extended. Screen needs to be mounted on a _low-boy_ trailer so as not to obstruct audience view of bombing range. Screen requires two technicians; crew and equipment transportation. The video Screen must be in place and operational by 10:00 am PST on the day before each demonstration. The contractor shall provide primary power generation. The Government will provide utilities for backup power generation and all commercial video signals and editing. The contractor shall deliver- the video screen to Indian Springs Auxiliary Field Air Field, Point Bravo, approximately 27 miles north of Las Vegas NV. Quotes submitted shall include all costs, including personnel necessary to deliver, set up, operate, and disassemble a large video screen that will meet the government_s requirements. Quotations should be a firm fixed price. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Evaluation factors, in descending order of importance, are past performance, price, and screen size. Offerors must include descriptive literature with their offers. Offerors failing to provide descriptive literature with their offers will be considered non-responsive. Descriptive literature submitted must list the basic screen specifications so that screen size can be verified and a comparison made between models offered to determine best value. Posted as an attachment to this synopsis/solicitation is a document titled Jumbotron RFQ, to be used for submitting offers. Offerors must fax or e-mail their offers by 12:00 pm PST 12 Jan 01. Offerors may identify a date by which award must be made in order to reserve the video screen for the required performance period. The contractor shall provide past performance information with their offer for similar, recent (within the last 3 years) experience. Such information shall include a short description of the rental provided, dates of the rental, and a point of contact with phone number of the firm rented to. Additionally, the contractor shall also provide with their offer, descriptive literature of the screen proposed to be provided, as well as completed representations and certifications (FAR 52.212-3). A copy of the representations and certifications are located on www.eps.gov as an attachment to this notice. The following provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors-Commercial; FAR 52.212-2, Evaluation for Commercial Items; and 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors who fail to submit completed Representations and Certifications may be considered non-responsive. FAR provisions 52.214-13, Telegraphic Bids; 52.214-21, Descriptive Literature; and DFARS provision 252.204-7004, Required Central Contractor Registration are also applicable. Lack of Registration in Central Contract or Registration (CCR) will make an offeror ineligible for award. For solicitations after 1 June 98, all contractors are required to be registered in the CCR database to receive a DOD award or payment. In order to register, the contractor must have a DUNS number (call (800)-333-0505 to obtain one), and can register via Internet at http://www.ccr2000.com. This takes approximately 48 hours to process; all other methods take approximately 30 days. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items. Specifically, the following cited clauses are applicable: FAR 52.222-3, Convict Labor; FAR 52.233-3, Protest after award; FAR 52.222-37, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era; and FAR 52.222-41, Service Contract Act of 1965, as amended. In compliance with the Service Contract Act of 1965 and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and state the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. The following clauses also apply to this solicitation and resulting award: FAR 52.222-42, Statement of Equivalent Rates for Federal Hire; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; and DFARS 252.232-7009, Payment by Electronic Funds Transfer Payment. Information concerning these clauses and provisions can be obtained at http://farsite.hill.af.mil. A copy of this synopsis/solicitation; the applicable wage determination, No. 94-2331 Rev (15) dated 6/16/2000); and FAR 52.213, Representations and Certifications, are included on the Government_s FedBizOps website located on www.eps.gov. Contact TSgt Dawn Williams, Contracting Specialist, at (702) 652-9578 or by email at dawneen.williams@nellis.af.mil or Jeffrey Bishop, Contracting Specialist, at (702) 652-9573 or by e-mail at jeffrey.bishop@nellis.af.mil or Jacquelyn Buky, Contracting Officer, at (702) 652-5488 or by e-mail at 99cons.lgcb@nellis.af.mil for information regarding this combined synopsis/solicitation. The fax number is (702) 652-5405.
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F26600-01-QB011&L=885)
- Record
- Loren Data Corp. 20010102/WSOL001.HTM (D-363 SN5097Z4)
| W - Lease or Rental of Equipment Index
|
Issue Index |
Created on December 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|