Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
MODIFICATION

59 -- Publis Address System

Notice Date
4/18/2005
 
Notice Type
Modification
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F0TROP50380100
 
Response Due
4/25/2005
 
Archive Date
5/3/2005
 
Point of Contact
Stewart Penrod, Contract Specialist, Phone 011441638522086, Fax 011441638527202, - Alan Rose, Contracting Officer, Phone 44 1638 52 2091,
 
E-Mail Address
stewart.penrod@lakenheath.af.mil, alan.rose@lakenheath.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 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. Reference number is F0TROP50350100 and is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-22 & 23. This acquisition is unrestricted. NAICS Code: 423610 applies. The U.S. Air Force 48 Contracting Squadron intends to award a firm fixed price Purchase Order for: One New Public Address (PA) System for the RAF Mildenhall Passenger Terminal. The following specifications/statement of work (SOW) shall apply: New rack for equipment to include UPS; Re-utilize existing amps, CD player and any other equipment if possible; New Digital voice recorder/playback X2, each capable of 8 individually timed messages, input via compact flash card 32mb - totaling 16 messages, or one playback system capable of 16 messages; System monitor to provide system fault notification to dispatch office; Provide, install, and re-wire new speakers throughout building - number of speakers = necessary to provide adequate coverage inc. external speakers for outside areas (smoking area + 2 outside 1st floor areas); Inputs to be CD player, dig voice system and a mix of flush wall mounted and desk mounted microphones (numbers to be confirmed in quote); Outputs to 5 zones as listed plus all call facility Outbound lounge and dependant lounge, Passenger lounges, back office and outside, DV lounge, Arrivals and meet/greet area and Back baggage and garage area; Volume controllable in each area; Contractors shall work during normal operational hours of the terminal; Audible Coded alarm system for 5 areas ? SPOE, Jetway ramp, Jetway gate, Passenger lounge, and Outbound lounge; Shall provide training on system use; Shall have option to connect an external PA system as an input later on down the line; and Minimun 1 year Warranty with option for 3 year onsite maintenance and service. FAR provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this RFQ with the following addenda: paragraphs (h) and (i) of this provision do not apply and change paragraph (c) from 30 calendar days to 60 calendar days. Far provision 52.212-2, Evaluation-Commercial Items, applies to this RFQ with the following addenda: Paragraph (a) is filled in with (1) Price and (2) Technical Capability of the item to meet the Government needs; paragraph (b) does not apply. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, without addenda and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, without addenda, applies to this acquisition (including: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52,222.37and 52.232-33). DFARS provisions at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.229-7006, Value Added Tax (VAT) Exclusion; and 252.229-7008, Relief From Import Duty (UK) applies to this acquisition; including USAFE 5352.225-9102, Submission of offers in other than United States Currency. All FAR, DFARS AND USAFE clauses, in full text, can be found at URL http://farsite.hill.af.mil. NOTICE: REFERENCE DFARS CLAUSE 252.204-7004, "REQUIRED CENTRAL CONTRACTOR REGISTRATION". AS OF 31 MAY 1998, ALL FOREIGN CONTRACTORS WISHING TO DO BUSINESS WITH THE DEPARTMENT OF DEFENSE ARE REQUIRED TO BE REGISTERED IN THE NATO CENTRAL CONTRACTOR REGISTRY. IT IS THE OFFEROR'S RESPONSIBILITY TO REGISTER AND/OR CONFIRM THAT ALL INFORMATION IN THE REGISTRY IS ACCURATE AND COMPLETE. ANY OFFEROR THAT IS NOT REGISTERED OR WHOSE INFORMATION IN THE REGISTRY IS INCORRECT WILL NOT BE ELIGIBLE TO RECEIVE AN AWARD. One site visit will be conducted on 11 April 2005 at 1400 (2:00 p,m.) GMT. In order for a quote to be considered, attendance at the site visit is required. Quotes must be received by 18 April 2005 at 1600 (4:00 p.m.) GMT. Quotes shall be mailed to: 48th Contracting Squadron, Bldg 977, Boston Drive, RAF Lakenheath, Brandon, Suffolk IP27 9PN. Quotes may be e-mailed to stewart.penrod@lakenheath.af.mil; or Alan.Rose@lakenheath.af.mil or faxed to 011 (44) 1638 522 268. For information regarding this solicitation contact Stewart Penrod at 011 (44) 1638 522 086 and reference the solicitation number.
 
Place of Performance
Address: 727 AMS, AMC Passenger Air Terminal, Bldg 598, RAF Mildenhall, UK
Zip Code: IP28 8NF
Country: United Kingdom
 
Record
SN00790264-W 20050420/050418211727 (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.