Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
MODIFICATION

59 -- Sound System

Notice Date
2/16/2006
 
Notice Type
Modification
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-06-T0011
 
Response Due
2/21/2006
 
Archive Date
3/8/2006
 
Point of Contact
Jennifer Clemans, Contract Specialist, Phone 402-294-3546, Fax 402-294-7280, - Jeffrey Wyant, Contract Specialist, Phone (402) 294-9600, Fax (402) 294-7280,
 
E-Mail Address
jennifer.clemans@offutt.af.mil, jeffrey.wyant@offutt.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 Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number FA4600-06-T-0011 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-04. This procurement is set aside for 100% small business. The North American Industry Classification System (NAICS) code is 423690. The business size standard is 500 employees. Offutt AFB intends to issue a purchase order for the following services: STATEMENT OF WORK: Scope: The work covered by this statement of work includes the furnishing of labor, material, and equipment in performing all operations in connection with the removal and replacement of the sound system located in the Dougherty Conference Center, Room 140. General: The work under this contract will be performed on Offutt AFB Nebraska and can proceed on 27 February 2006 and be completed no later than 8 March 2006. Contractor will comply with the following provisions and is subject to the terms and conditions of the contract. 1. The project end date must be March 8th 2006. 2. The contractor will remove and dispose of all replaced equipment, wires and garbage and dispose of them properly. 3. The contractor will provide a system to connect all microphones and speakers together. This system will allow the controller to control any aspect of the microphones and speakers in the room. 4. The contractor will provide 1 rack-mounted computer (PC, stand alone) that will have the necessary software and user interface (UI) to control of each microphones and speakers in the room. The UI will have the ability to turn off or mute, increase gain and decrease gain of each 58 microphones (57 on the desks, 1 on the podium). This UI will also allow the volume control of each speaker zone in the room. The PC will come with a wireless card that is 802.11A, B and G capable to cover all wireless bands in the room. 5. The contractor will provide a control panel that has a privacy button that is attached to the indicator lights in the room indicating that a predetermined action is being initiated. The control panel will also provide up and down buttons for the external screen in the room. This is a hardware item not a software item. 6. The contractor will replace the 36 speakers in the ceiling. 7. The contractor will replace all of the current speaker cable with 18 gauge plenum speaker wire. 8. The contractor will create listening zones in the room so that when an individual is speaking the speakers in their zone are muted thus allowing the controller to increase the gain on the speaker?s microphone. 9. The contractor will remove, replace and strategically move all the surround sound speakers in the room that are on the walls. These speakers need to be controlled by the UI also. 10. The contractor will remove and replace the current microphones with microphones that don?t have goose-necks and have only one pivot point at the base of the microphone to allow the user to move the microphone in one direction only allowing the user to make more room on the desk. The microphones need to have a light to indicate which user is speaking. This light is placed at the top of the microphone around the actual speaking part of the microphone. 11. The contractor will provide push-to-talk buttons on all microphones minus the podium. The buttons will have a light inside indicating that the microphone is active. Then the button is pushed the light is on. The buttons need to have the capability to stat on once pushed and then when pushed again the light goes out and the microphone is muted. These need to be out of the way but still in easy reach. 12. The contractor will provide small, non-obtrusive labels stating ?Push to talk?. Preferably brass with black letters 2? wide by 1/2? tall with good double-sided tape on the back. They will be placed near the button and near the microphone. 13. The contractor will replace the current microphones and cover the two (2) holes that are in the top of the desks by each microphone. The new microphones will use the plate that will be covering the holes. The plate needs to be able to cover both holes. Preferable square plates with rounded corners. The wires from the microphones should be unexposed and under the desks. 14. The contractor will provide 8-10 high quality, small, ceiling hanging microphones. To pick up the speaker?s voice at the podium or if they choose to walk around in between the horse-shoe table. The microphones will need to pick up the speakers voice anywhere in that area. 15. The contractor will provide a switch of sorts to connect the sound system of the VCR and the computer/microphones. Currently the sound from the VCR goes through separate speakers and we need the VCR to go through the same system as the microphones. 16. EXPRESS WARRANTY a) First year: 100% replacement warranty to include all labor cost. b) Second and Third Year: 100% replacement warranty. If failure rate during the year exceeds 10%, contractor will supply all labor to install and test replacement equipment. c) Warranty will commence after government acceptance of all items supplied by order. Government will denote acceptance by completion of DD Form 250, Material Inspection and Receiving Report. d) Fourth Year and beyond: Standard manufacturer pro-rated warranty. Contractor shall provide copy of pertinent warranty information upon completion of installation. Disposal of Material: All other material resulting from work accomplished under this statement of work will be disposed of by the contractor outside the confines of Offutt AFB NE. THE CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) AS WELL AS ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR.GOV TO REGISTER PRIOR TO SUBMITTING QUOTE. IF NOT ALREADY REGISTERED IN ORCA, GO TO WWW.ORCA.BPN.GOV TO REGISTER PRIOR TO SUBMITTING QUOTE. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE ALLOWED. The following FAR clauses apply to this soliciatation: FAR 52.212-52.212-1, Instructions of Offerors?Commercial Items; 52.212-2, Evaluation-Commercial Items-- (Price shall be the only evaluation factor) 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, --Commercial Items; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS; 52.222-3, Convict Labor; 52.222-21, Prohibition 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 Workers with Disabilities; 52.222-41, Service Contract Act of 1965, As amended 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.232-18 -- Availability of Funds.52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration.; 52.233-3, Protest after Award ; 52.237-1 Site Visit; 52.237-2, Protection Of Government Buildings, Equipment, and Vegetation; 52.252.2 CLAUSES INCORPORATED BY REFERENCE; 52.247-34, F.O.B. Destination; 52.252-6, Authorized Deviations In Clauses; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions to Commercial Items (Deviation); 5352.242-9000, Contractor Access to Air Force Installations. There will be a site visit on 13 Feb 06 at 2 p.m. CST. The site visit will be held at the Dougherty Conference Center on Offutt Air Force Base. If attending site visit, send Point of Contact Information (to include name, phone number and email address) to jonathan.jones@offutt.af.mil no later than 12 p.m CST on 9 Feb 06. Offers are due by 12:00pm CST 16 Feb 06. Interested contractors please contact Jonathan Jones at (402)-294-9600 for additional information. Quotes can be submitted in writing to: 55 CONS/LGCB, 101 Washington Square, Bldg 40, Offutt AFB, NE 68113-2107, or you may send a fax to number (402) 294-7280 or email to jonathan.jones@offutt.af.mil.
 
Place of Performance
Address: Offutt AFB, NE 68113
Zip Code: 68113
Country: USA
 
Record
SN00989643-W 20060218/060216212116 (fbodaily.com)
 
Source
FedBizOpps 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.