Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

E -- SOUND-PROOF, MUSICAL-INSTRUMENT PRACTICE ROOM

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, Services Branch, 20 Schilling Circle, Bldg. 1305, = 3rd. floor, Hanscom AFB, MA 01731-2800
 
ZIP Code
01731
 
Solicitation Number
F1146B31480400
 
Response Due
7/3/2003
 
Archive Date
9/23/2003
 
Point of Contact
Mark R. Luckritz, Contract Specialist, 781-377-8693; Susan Bergeron, Contracting Officer, 781-377-3987
 
E-Mail Address
Click Here to E-mail the POC
(mark.luckritz@hanscom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Proposals are being requested and a written solicitation will not be issued. This = requirement is 100% set-aside for small businesses. The NAICS Code for this synopsis/solicitation is 332311 and the Size Standard is 500 employees. = The Solicitation/Purchase Request Number (PR) is F1146B31480400 and is = issued as a Request for Quote (RFQ). This document incorporates provisions = and clauses that are in effect through Federal Acquisition Circular = 2001-14, effective 23 May 2003. The Government intends to award one contract = with one (1) to five (5) contract line item numbers (CLINS) for a = Sound-Proof, Musical-Instrument Practice Room with Multiple Acoustic Environments. Procurement of this Practice Room is REQUIRED = to meet the following specifications: sound-isolating practice room = equipped with digital signal processing that allows musicians to hear themselves = in a variety of acoustical environments, the technical expertise to = operate the room should be similar to a TV remote control, the practice room dimensions must measure at least 6'11" x 6'11" x 10'8" x 13'2", the interior ceiling height should be at least 7'6", any wiring should be UL-Classified, and the booth should account for equalization, amplification, controls, microphones, speakers, electronics, voltage protection, and installation. In addition, these technical = specifications are REQUIRED and must also be met: go to the Wenger Corporation website = at http://www.wengercorp.com/ and access the Technical Specifications - Portable Document File (PDF) for the V-Room=AE Practice Module (Product Number R100859) by clicking the = Catalogs & Literature icon from the Wenger main page. After this, highlight and click: Sound-isolating rooms, V-Room=AE technology, then click on = V-Room=AE Practice Rooms Brochure, and then open the Technical Specifications - Portable Document File (PDF). Offerors may substitute equal or = comparable features for some of the specifications, but all proposals must include pricing and descriptions for the substitutions. All proposals shall identify and describe any freight/handling charges, labor/services, and all other associated items of cost in accord with the final/overall bid price. The following provisions and clauses apply to this procurement: FAR 52.211-6 (Brand Name or Equal - AUG 1999: (a) If an item in this solicitation is identified as "brand name or equal" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The = salient physical, functional, or performance characteristics that "equal" = products must meet are specified in the solicitation. (b) 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. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting = Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in = its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.), Evaluation-Award will be made to the responsible offeror whose proposal = is judged to represent the best value to the Government considering = technical acceptability, price, and past performance. Technical acceptability = and price, when combined are significantly more important than past performance., FAR 52-212-3 (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), FAR 52.212-5 (b)(c) (Applicable Clauses: FAR = 52.203-6, 52.219-8, 52.219-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.232-33), and FAR 52.252-2. Also included are: DFARS 252.204-7004, 252.225-7002, and 252.212-7001 (paragraph (b) of the following clauses apply: 252.225-7001 and 252.225-7012). These clauses and provisions = may be accessed in full text at http://farsite.hill.af.mil/. Offerors are required to submit at least three (3) recent references for evaluating past performance of same and/or similar services/products. Proposals = not meeting these requirements will not be considered. The requested item must be delivered no later than 60 days after the contract award. Deliver to Hanscom AFB, MA 01731-2800 (Massachusetts). All offers are due no later than 3:00 P.M. (Eastern Standard Time) on 03 JULY 2003. Offers may be mailed to ESC/PKOP-Attn: Mark R. Luckritz-20 Schilling Circle, Building 1305, 3rd Floor-Hanscom AFB, MA 01731-2800, emailed to: mark.luckritz@hanscom.af.mil, or faxed = to (781) 377-0339 in the care of: ESC/PKOP, Mark R. Luckritz. 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/.
 
Web Link
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/F1146B31480400/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00355358-F 20030625/030623222039 (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.