The RFP Database
New business relationships start here

JDC Projector Screens


North Dakota, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

• Notice to Offeror(s)/Supplier(s): 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 solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued.


2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 and Defense Publication Notice 20161222.


3) The NAICS is 333316, photographic and photocopying equipment manufacturing. The Small Business Size Standard for this NAICS code is 1000 EMP. This acquisition is set-aside for 100% Small Business.


4) A site visit is scheduled for 14 Dec 17 at 9:00 A.M. All Contractors interested in attending shall submit a request to the POC's listed below by 3:00 P.M. CST 13 Dec 17 to ensure gate access is granted.


5) Quotes must be valid for 30 days. Quotes shall be provided utilizing this form and be signed, dated and submitted by 19 Dec 17, 10:00 A.M CST to both of the point of contacts listed below. The Offeror is responsible for ensuring the quote is received by the Government by the due date and time specified above. Failure to send quotes to both POCs or verify receipt of the quote may result in not being considered for award.


Primary: SSgt William Tucker - william.tucker.22@us.af.mil
Alternate: TSgt Ginnafer Burnett - ginnafer.burnett@us.af.mil


6) For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Ginnafer Burnett at ginnafer.burnett@us.af.mil.


7) Description: Provide and install all equipment and hardware necessary to fulfill the requirements listed in Attachment 1, Statement of Work (SOW), dated 8 Dec 17.


8) FOB: Destination


9) Period of Performance: All installation shall be completed by 25 Jan 18.


CLIN Description Qty Price Total
0001 Motorized Projector Screens (Salara Plug and Play Electric Projection Screen PN: 136009 or EQUAL)
- Surface Material: Matt White
- Image/Viewable Area 69" X 92" 2 Ea $ $
0002 Projector (Vivitek D967-WT or EQUAL)
- 5500 lumens output 2 Ea $ $
0003 Installation
IAW Attachment 1, SOW, 8 Dec 17 1 Lot $ $
Total $

10) List of Attachments:
a) Attachment 1, Statement of Work, dated 8 Dec 17
b) Attachment 2, Pictures
c) Attachment 3, Bldg Layout


11) Fill out the following information:


Company Name: Fax Number:


Point of Contact (POC): Address:


Telephone Number: Discount Terms:


SAM Registered: yes/no Small Business: yes/no


DUNS #:_______________ CAGE #:_______________
Veteran-owned: yes/no Woman-owned: yes/no
Projected Period of Performance: ________________


12) Performance Address:
Jimmy Doolittle Center
Building 174
174 Summit Dr.
Minot AFB, ND 58705


The following clauses and provisions applies to this acquisition:
FAR 52.211-6 Brand Name or Equal
FAR 52-212-1 Instructions to Offerors - Commercial Items
FAR 52.212-2 Evaluation - Commercial Items:
This provision is incorporated by reference, and paragraph (a) is modified to read as follows:
(a) This is a competitive best value acquisition in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering price. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process:
1. Price
2. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must -
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear
reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.


(End of Provision)


The following FAR clauses and provisions are applicable to this acquisition:
FAR 52.204-7 System for Awards Management
FAR 52.204-13 Systems for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-17 Ownership or Control of Offeror
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-20 Predecessor of Offeror
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items
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. The following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable:
FAR 52.219-6 Notice of Total Small Business Set-aside
FAR 52.219-28 Post Award Small Business Program Rerepresentation
FAR 52.222-3 Convict Labor
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer
FAR 52.252-2 Clauses Incorporated by Reference


The following DFARS clauses and provisions cited are applicable to this solicitation:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7002 Requirement to inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials
DFARS 252.204-7003 Control of Government Work Product
DFARS 252.204-7004 Alt A System for Award Management
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Disclosure of information to litigation Support Contractors
DFARS 252.232-7003 Electronic Submission of Payments
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications


The following AFFARS clauses cited are applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
AFFARS 5352.223-9001 Health and Safety on Government Installations
AFFARS 5352.242-9000 Contractor access to Air Force Installations


William J. Tucker, Phone 7017234174, Email william.tucker.22@us.af.mil - Ginnafer A. Burnett, Contracting Officer, Phone 701-723-4182, Email ginnafer.burnett@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP