Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

99 -- Provide and install sound system at AARTC, Fort McCoy, WI

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-04-T-0039
 
Response Due
8/18/2004
 
Archive Date
10/17/2004
 
Point of Contact
ginger, 608-388-3109
 
E-Mail Address
Email your questions to ACA, Fort McCoy
(ginger.edgerton@emh2.mccoy.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-04-T-0039 is issued as a Request for Quotation (RFQ) and is due by 18 Aug 04. The RFQ is a fixed price, small business set-aside, with NAICS code 334310, and the small business size standard is 750 . This requirement is to provide and install the following, or Equals: Clin 0001: 1 each Peavey Media Matrix 00458720, MM-960NT, Main Frame Mixer/Processor. Clin 0002: 2 each Peavey Media Matrix 00379720, MM-DSP-CN, DSP Card. Clin 0003: 4 each Peavey Media Matrix 18024200, MM-8802L, Breakout Box, Lin e Level. Clin 0004: 4 each Peavey Media Matrix18024210, MM-8802M/L Breakout Box, Mic/Line. Clin 0005: 4 each Peavey Media Matrix 00457440, X-Control 4x4 Remote Control. Clin 0006: 48 each Lowell SB8ATM32, High Fidelity Ceiling Speakers. Clin 0007: 1 each Surge-X SX2120SEQ, Sequencial Surge Protected, Power Supply. Clin 0008: 2 each QSC CX602V, 70 V. Power Amplifiers. Clin 0009: 2 each Gepco 1800HS, 1800AWG, Speaker Wire. List cost for each item and then a total price for the material. Also, list separately any other costs associated with this requirement. Give a Grand Total for entire requirement. If you received an order, how soon could you begin installation? If equals are being quoted, list brand names, mfg part numbers, and price. Equals m ust be compatible with the present system already installed at the site, training provided upon installation, and provide prompt installation service response if problems were to arise after installation. To request a site visit call Dennis, 608-388-7147, Jane, (last four) 8264, or Theresa at 7163. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The full text of provisions and clauses incorporated herein can be accessed elect ronically at the following site: http://farsite.hill.af.mil/. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Execut ive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibiti on of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Re ports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001 C ontract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance of Payments Pr ogram; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea (Alt III). In accordance with FAR 39.106, the contractor shall ensure the offer ed product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitatio n number; offeror??????s complete mailing and remittance addresses; discount terms; unit prices, extended total prices per CLIN; anticipated delivery time after award, DUNS number, and COMPLETED FAR 52.212-3 Alt I. In accordance with FAR 52.212-1(k), prosp ective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153 NO LATER THAN 18 Aug 04, 1430 Hrs. If you have questions, contact Ginger Edgerton, Contract Specialist, (608)388-3109, fax (608)388-5950, ginger.edgerton@emh2.mccoy.army.mil .
 
Place of Performance
Address: ARRTC 50 South O Street Fort McCoy WI
Zip Code: 54656-5137
Country: US
 
Record
SN00636819-W 20040806/040804212138 (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.