Federal Bid

Last Updated on 10 Sep 2012 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

VTC Upgrade

Solicitation ID F2KBAB2173AC01
Posted Date 09 Aug 2012 at 8 PM
Archive Date 10 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9401 377 Msg Pk
Agency Department Of Defense
Location United states
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; proposals are being requested and a written solicitation will not be issued. This requirement is 100% Small Business set-aside. The NAICS Code for this synopsis/solicitation is 334310, Size Standard 750 employees.


Solicitation/Purchase Request number F2KBAB2173AC01 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012.

If an "or equal" quote is submitted, the quote will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE REQUIRED SPECIFICATIONS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD.

The Government intends to award one (1) contract line item numbers (CLINs) as follows:

CLIN 0001: VTC Upgrade for High Definition Capabilities

DESCRIPTION: See attached Statement of Work (SOW)

PROJECT COMPLETION DATE: Estimated 60 days after contract award
FOB: Destination
INSPECTION AND ACCEPTANCE: Destination

The following provisions and clauses apply to this procurement:

FAR 52.204-7, Central Contract Registration
FAR 52.211-6, Brand Name or Equal
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52-212-3, Alt I, Offeror Representations and Certification - Commercial Items (all offerors shall include a completed copy of this provision with their proposal)
FAR 52.212-4, Contract Terms and Conditions - Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33]
FAR 52.219-1 Alt 1, Small Business Program Representations
FAR 52.223-5, Pollution Prevention and Right-to-Know Information
FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification
FAR 52.233-1, Disputes
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004, Alt A, Central Contractor Registration
DFARS 252.211-7003, Item Identification and Valuation
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial. [in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7036 Alt I, 252.232-7003, 252.237-7010, 252.247-7023 Alt III]
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7000, Buy American - Balance of Payments Program Certificates
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
AFFARS 5352.201-9101, Ombudsmen
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)
AFFARS 5352.223-9001, Health and Safety on Government Installations
AFFARS 5352.242-9000, Contractor Access to Air Force Installations

The following full text provisions and clauses apply to this procurement:

FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil

FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2.

A mandatory site visit has been scheduled for 16 Aug 2012, from 9:00 a.m. to 10:00 a.m. (Mountain Daylight Time) at Kirtland Air Force Base, NM. All interested vendors must email Jaclyn Pino, Contract Specialist, of attendance by 10 Aug 2012, 12:00 noon (Mountain Daylight Time). Please ensure the following information is provided:

Solicitation Number:
Visitor Name:
Vendor Name:
Cage Code:
Point of Contact:
Phone Number:
Email:

All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at http://www.dfas.mil/dfas.html. Your purchase order/contract number or invoice will be required to inquire status of your payment.

All offers are due no later than 23 Aug 2012 (Mountain Daylight Time) at 4:00pm. Offers may be mailed to AFNWC/PKOA, ATTN: Jaclyn Pino, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-14, Kirtland AFB NM 87117-5606, emailed (preferred) to [email protected], or faxed to (505) 846-8925 ATTN: Jaclyn Pino.

ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Aug 2012 at 4 PM
Wyoming 23 Jul 2010 at 4 PM
Wyoming 23 Jul 2010 at 4 PM
Kirtland air force base New mexico 06 Jun 2007 at 4 AM
Washington District of columbia 05 Feb 2018 at 4 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