SOLICITATION #: F3G3CB0020AC01
This combined synopsis/solicitation is issued as a Request For Quotes
NAICS: 334310
This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside.
SBA Size Standard: 750 employees
Nellis AFB, Las Vegas, NV requires a contract for:
CLIN 0001: 1 EA Panasonic 58' Professional Plasma Display TH-58PH11UK w/one Composite Video Card TY-FB9BD
CLIN 0002:1 EA Chief Pro-Series Mount
CLIN 0003: 1 EA Crestron Signal Matrix and Control System to include MP2E Integrated Processor, C2N-MMS VGA+VideoSwitcher, C2N-FT_TPS4 Media Flip Top w/built in Touchpanel Controller, CNPWS-75-Watt Power Supply and Programming (Customer) Copy of program
CLIN 0004: 4 EA Bose Model DS-16F Flush Mount Ceiling Speaker w/Plenum Shroud and Tile Bridge
CLIN 0005: 1 EA Crown 160MA Mixer/Amplifier
CLIN 0006: 1 EA Sony DVD Player
CLIN 0007: 1 EA Middle Atlantic SRSR-2-12 12 space rotating equipment rack
CLIN 0008: 1 EA Middle Atlantic PD-915R rack mounted power strip
CLIN 0009: 2 EA Rack Shelves
CLIN 0010: 2 EA Cab Cool Fans
CLIN 0011: 1 EA Customer Cables; RGBHV, Video, Audio, Speaker Control and Support Hardware
Requirement is for parts only. Installation is not required.
THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation.
This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures.
The following provisions and clauses (current through FAC 2005-38 effective 01 Feb 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman
IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.
IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.
Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.
All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.
All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to [email protected] no later than 15 Mar 10, 12:00 pm EST.
The anticipated award date will be by 19 Mar 2010.