Federal Bid

Last Updated on 10 Jan 2013 at 10 AM
Combined Synopsis/Solicitation
New york New york

AV/VTC Equipment

Solicitation ID FA8751-13-Q-VTC
Posted Date 20 Dec 2012 at 9 PM
Archive Date 10 Jan 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location New york New york United states
**Amendment No 2 hereby changes the POC's and updates the Q&A document.  Please reference the latest Q&A document.

**Amendment No 1 here by extends the RFP due date to Wednesday 26 December at 1:00PM EST and adds a Q&A document. **

Contracting Office Address

Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

Description

This is a combined 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.


Solicitation FA8751-13-Q-VTC is issued as a request for quote (RFQ).


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-63 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20121212. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as a total small business under NAICS code 423430 and small business size standard of 500 employees.

The contractor shall provide the items (brand name or equal) on the attached Description of Requirements on a firm fixed price basis including the cost of shipping FOB Destination. (Attachment No. 1)

SITE VISIT
is highly encouraged and will be conducted Wednesday 19 December 2012 at 1 PM EST at Air Force Research Laboratory Rome, NY. To ensure attendance, offerors must complete and submit the attached Site Visit Reservation Form and Gate Announcement (Attachment No. 2 and 3).

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

The required delivery date is 60 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is 148 Electronic Parkway Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 1PM EST, Wednesday 26 December 2012. Submit to: AFRL/RIKO, Attn: Jenna Tarbania AND Kelly Higgins, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-7357 or by email to [email protected] and [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4) Submit a technical description of the items being offered. Additionally, offerors must submit proof of installation certification if proposing items that must be certified (i.e. Polycom brand equipment).

(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. UID labels are required for all items greater than or equal to $5,000.00.

(b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(k) SAM. Offerors must be registered in the SAM database prior to submitting an invoice. Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration at least two weeks prior to invoicing.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within paragraph (a), the following evaluation factors shall be used to evaluate offers:

(i) technical capability of the item offered to meet the Government requirement;

(ii) price;

All evaluation factors are of approximately equal importance.

Offerors are required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I. Also complete DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law and DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law. For your convenience 52.212-3, DFARS 252.209-7999 and 252.209-7998 are attached to this solicitation (Attachment No. 4).

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration

The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition:

252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.227-7015 Technical Data--Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.247-7023 Transportation of Supplies by Sea and Alternate III
252.247-7024 Notification of Transportation of Supplies by Sea

The following additional FAR and FAR Supplements provisions and clauses also apply:

52.211-6, Brand Name or Equal
52.232-18-Availability of Funds
252.211-7003, Item Identification and Valuation
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments

5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407.

5352.232-9001, Health and Safety on Government Installations
5352.242-9000, Contractor Access to Air Force Installations

The following additional terms and conditions apply:

Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

Note that funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this contract action. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.

The Defense Priorities and Allocations System (DPAS) rating of Do-A7 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 16 Sep 2014 at 2 PM
Force Pennsylvania 03 Feb 2016 at 5 PM
Force Pennsylvania 12 Sep 2011 at 7 PM
Force Pennsylvania 06 Aug 2012 at 6 PM
Location Unknown 31 Jul 2014 at 5 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Edwards California 15 Jul 2025 at 11 PM
Edwards California 15 Jul 2025 at 11 PM