Federal Bid

Last Updated on 16 Jul 2005 at 5 AM
Combined Synopsis/Solicitation
Montgomery Alabama

71 -- Sympodium MP250 Interactive Lectern

Solicitation ID F2XTA25164A300
Posted Date 17 Jun 2005 at 5 AM
Archive Date 16 Jul 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Montgomery Alabama United states 36112
This is a 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; quotes are being requested and a written solicitation will not be issued. This solicitation for purchase request F2XTA25164A300 is issued as a request for quotation (RFQ) using Simplified Acquisition Procedures at FAR Subpart 13.3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20030501. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. This requirement is set-aside for Small Business, NAICS 337127, and SIC 2531. Description of requirement CLIN: CLIN 0001, Sympodium MP250 Interactive Lectern (Include Installation and Training), qty 1 ea, or equal. The required delivery date is 30 days after receipt of order. The place of delivery and acceptance is AFHRA/CC, DRA 5745, BLDG 1154, Maxwell AFB, AL 36112. FOB point is Maxwell AFB, AL 36112. Partial shipment and partial payment are authorized. The provision at 52.212-1, Instructions to Offerors – Commercial Item (JAN 2005) applies to this acquisition. All contractors must include with their quotes, a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, Offerors Representations and Certifications-Commercial Items. The following FAR provision applies to this Solicitation: 52.212-1, Instructions to Offerors-Commercial and 52.212-3, Offerors Representations and Certifications-Commercial Items (MAR 2005). The following Defense Federal Acquisition Regulation (DFAR) provision applies 252.225-7001 Buy American and Balance of Payment Program (APR 2003). DFAR 252.232-7003 Electronic Submission of Payment Request (JAN 2004). The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003), applies to this acquisition. 52.212-2, Evaluation—Commercial Items (JAN 1999). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005), applies to this acquisition, and the following subparagraphs under paragraph are applicable (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 1999); (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004); (11) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (OCT 1999); 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (OCT 2000); (13) 52.219-27, Notice of Total Service—Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); (15) 52.222-19, Child Labor—Cooperating with Authorities and Remedies (JUN 2004; (16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (17) 52.222-26, Equal Opportunity (APR 2002); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); (20) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); (26) 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003); (30) 52.232-30, Installment Payments for Commercial Items (OCT 1995); (31) 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (OCT 2003). The clause at DFAR 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (NOV 2003); applies to this acquisition. Also, 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005); 252.232-7003, Electronic Submission of Payment Requests (JAN 2004) and 252.225-7000, Buy American Act—Balance of Payments Program Certificate (APR 2003). Copies of above-referenced clauses are available upon request. Bidders are encouraged to use the Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov for use in preparation of quotation for submission. All clauses and provisions can be accessed via the Internet at http://farsite.hill.af.mil. Contractors must be registered in the Central Contractor’s Registration database (www.ccr.gov) prior to the award of any Government Contract in accordance with DFAR 52.204-7004. This solicitation will be only for Small Businesses. Afterwards, a firm-fixed award will be made based on the best price and the best delivery time. All interested, responsible firms should submit offers by 2:00 P.M., Central Standard Time, on 1 Jul 2005, to ATTN: Genell Carter, Contracting Specialist, 50 LeMay Plaza South, Maxwell AFB, Alabama 36112-6334 phone number 334-953-5866 or Eugene V. Tilghman, SR. 334-953-3526. Faxed Bids will be accepted at (334) 953-3527.
Bid Protests Not Available

Similar Past Bids

Mcconnell air force base Kansas 18 Aug 2003 at 5 AM
Sheppard air force base Texas 20 Sep 2010 at 11 PM
Twentynine palms California 10 Jun 2009 at 5 PM
Tyndall South dakota 31 Jul 2013 at 9 PM
Elizabeth city North carolina 03 Mar 2015 at 7 PM

Similar Opportunities

Columbus Ohio 18 Jul 2025 at 4 AM
Mississippi 15 Jul 2025 at 11 PM
Washington 31 Dec 2025 at 5 AM
Philadelphia Pennsylvania 23 Jul 2025 at 7 PM
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)