Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2002 FBO #0378
SOLICITATION NOTICE

58 -- Purchase Public Address System

Notice Date
12/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 LG/LGC, 1940 Graeber Street Bldg 449, March ARB, CA, 92518-1650
 
ZIP Code
92518-1650
 
Solicitation Number
F04605-03-T-0002
 
Archive Date
1/25/2003
 
Point of Contact
LaVonna Kearby, Purchasing Agent, Phone (909) 655-5756, Fax (909) 655-3772, - Donald Ballaro, Contracting Officer, Phone (909) 655-2046, Fax (909) 655-3772,
 
E-Mail Address
Lavonna.Kearby@march.af.mil, Donald.Ballaro@march.af.mil
 
Description
This is a combined synopsis/solicitation for commercial supplies and services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and Simplified Acquisition Procedures in FAR Part 13.5. This notice constitutes the only solicitation; a Request for Quotation is being requested and written solicitation will not be used. The solicitation reference number F04605-03-T-0002 is being issued as a Request for Quotation (RFQ). This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. The SIC code is 5065, and the NAICS code is 421690. DESCRIPTION OF REQUIREMENT: A public address system is to be used for greater and clearer communications on the Aircrew Chemical Control Area replacing the existing voice miters currently being used. This requirement is for 42 each. EVALUATION CRITERIA: Price and past performance. PERFORMANCE REQUIRED: Needs to be a Wireless Speaker System with a stand alone central amplifier/control module capability. Unit needs to have communication wireless headsets with microphone compatible with MCU 2A/P Chemical Mask. Must include hands free tactical microphone certified by US Armed Forces for airborne and air drop operations. Power system must include internal rechargeable batteries, adaptable to 12-24 VDC vehicles or from external 110/220 VAC Sources. Sound output level should cover 360 degrees, unit should include system capabilities of broadcasting as far 200 meters from the base unit. Speakers should have an output of at least 8 Ohm?s. Unit needs to consist of a high output speaker capable of producing clear and articulate voice sound at a continuous level of 122 dB. Transmitter unit needs to have an on/off/ mute switch. Microphone needs to have a rotating microphone gained control. Essential physical characteristics: Unit needs to be Waterproof, Highly Ruggedized, Be stored in a highly durable reinforced case and must weigh less then 25 lbs with a transmitter weight not to exceed 8 oz. Unit needs to be colored flat black for combat operations. DELIVERY: Multiple delivery locations defined prior to award allowing vendors to provide delivery costs prior to final award. PROVISIONS AND CLAUSES: All provisions and Clauses may be viewed from the Internet set http://farsite.hill.af.mil/vffar.htm. The following FAR clauses apply to this solicitation and subsequent award (as applicable) and incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000) is applicable. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) (Award will be made based on price and past performance). EACH OFFEROR SHALL INCLUDE THREE (3) REFERENCES WITH THEIR QUOTATION), FAR 52.212-3 Offeror Representation and Certifications-Commercial Items (July 2002) Alternate I (Apr 2002) and Alternate III (Oct 2002) (EACH OFFEROR SHALL INCLUDE A COMPLETED COPY OF PROVISION 52.212-3 WITH THEIR QUOTATION), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) (Deviation); FAR 52.203-6 Restrictions on Subcontractor Sales (Jul 1995), FAR 52.219-8 Utilization of SB Concerns (Jan 2002), FAR 52.219-14 Limitations on Subcontracting (Dec 1996), FAR 52.222-3 Convict Labor (Aug 1996), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), FAR 52.233-3 Protest After Award, FAR 12.603(2)(xiv) Defense Priorities and Allocations System, DFARS 252.204-7004 Required Central Contractor Registration (May 2000), DFARS 252.212-7000 Offeror Representation and Certifications-Commercial Items (Nov 1995), FAR 52.203-3 Gratuities (Apr 1984), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Aug 2000), DFARS 252.243-7002 Requests for equitable Adjustment (Mar 1998), DFARS 252-247-7023 Transportation of Supplies by Sea (Mar 2002)(Alternate I-Mar 2002), DFARS 252-247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). The closing date for the request for quotation (RFQ) is January 10, 2003 at 4:00 p.m. Pacific Standard Time. Late quotations will not be accepted. Facsimile quotes will be accepted at (909) 655-3772. All responsible sources may submit an offer, which may or may not be considered. Effective 1 June 1998, all contractors are required to be registered in the Central Contractors Registration (CCR) at www.ccr2000.gov.
 
Place of Performance
Address: VARIOUS ADDRESSES
 
Record
SN00223349-W 20021215/021213213745 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.