Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
SOLICITATION NOTICE

55 -- INTERCOM SYSTEM

Notice Date
4/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297405T2004
 
Response Due
4/22/2005
 
Archive Date
5/22/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is M62974-05-T-2004. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-01. The applicable NAICS Code for this requirement is 334290 with a size standard of 750 employees. This is a request for quotations. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with ! FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. Where the word "proposal" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: technical, past performance, experience, and price. A site visit will be offered at no expense to the Government on 18 April 2005 at MCAS YUMA, AZ 85369. POC: CWO Henry Bowman 928-269-2019 for installation access and location guidance. The following requirement or equal is as follows: Provide and install at two locations, high powered 25 station intercom systems. Each intercom system must be expandable to 75 stations, be color coded for easy operation, provide for instant two way communications, and have a 35 watt program channel, instant emergency /all rooms announcement capability, remote emergency paging capability time signaling and voice call in capability, and have a compact low profile c! onsole. Each system shall at a minimum consist of the following components: 1 ea -remote paging microphone industrial or commercial public address and paging applications with uni directional pickup pattern, push to talk or lift to talk operation, locking mechanism with push to talk bar for long announcements, 45 hz to 15 khz frequency response, 7? 4 conductor 2 shielded cable. 25 ea-2 position call in switches flush or surface mounted in standard single gang outlet boxes, heavy duty, long life, color coded connecting leads, brushed aluminum faceplate, mounting screw, momentary press to call 1ea-ambient noise sensor system to monitor continuously ambient noise levels and electronically adjust the level of a page announcement and or background music so intelligibility is maintained. the system shall consist of a control module, a microphone module and a power supply. 6 ea-all environment loudspeaker 2-way design with high power handling, indoor and outdoor weather fully sealed cabinet dual layer voice coil with separate inner and outer windings for high output with ultra low distortion 25 ea-ceiling tile drop in speakers 2?x2? for use with both 2?x2? and 2?x4? suspended ceilings fully enclosed industrial grade steel construction 70v/25v 4 watt transformer (4,x, 1,.5,.25watt) taps selected by rotary switch. 1 ea -call in time zone module with annunciator latching control, simple plug in method, operating mode set with jumpers and support brackets 1 ea -wall mounted telephone paging amplifier100 watts with inputs for 600 ohm balanced telephone line, lo-z balanced microphone, and background music, signal activated paging channel which automatically mutes background music, bass and treble controls, jacks for additional amplifiers, 120v ac, 60 hz power source, thermal and electronic overload protection 1 ea -voice activated relay, activated when audio signal is detected at microphone pre-amp or at 70v, 25v, or 600 ohm line level input. to be used for muting a sound system in response to a microphone or telephone page, activation of accessory equipment, or activation of a zone paging module. Contractor will be responsible for installing all required wire for proper connectivity throughout the intercom systems. labeling and testing for appropriate operation of system is required,as well as one time on site training to key personnel on systems use and operatinal features. 3 year extended warranty on all equipment with one year maintenance/service contract. Delivery 01 May 2005 FOB Destination: Marine Corps Air Station Yuma AZ. Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors- Commercia! l Items, 52.212-3, Offeror Representations and Certifications- Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far), 52.212-4 Contract Terms and Conditions- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Nov 2001); with the following additional DFAR clauses b! eing cited as applicable to this acquisition; 252-225-7036 North American Free Trade Agreement Implementation Act (Applies to actions $25,000.00 - $100,000.00) (MAR 1998), 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 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 252.232-7003 Electronic Submission of Payment requests. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certification- Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax I de! ntification Number. Contractors must be registered in the Central Contractor Register to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided with any changes/amendments and be considered for future discussions and/or award. Questions regarding this solicitation shall be submitted no later than 15 APRIL 2005. POC Reta Hicks (928) 269-2634. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 22 APRIL 2005 at 12:00p.m. PST. All responsible sources in compliance with the above may submit a quote that will be considered. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper offers. The telephone number receiving facsimile equi! pment is 928-269-2287. The government reserves the right to make award solely on facsimile quotes. The complete original quote shall be submitted if requested by the contracting officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number of the contracting officer on the first page to ensure proper receipt.
 
Record
SN00786155-W 20050413/050411212704 (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.