Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

59 -- Sound System Equipment

Notice Date
4/6/2006
 
Notice Type
Modification
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT5R6054A100
 
Response Due
4/14/2006
 
Archive Date
4/29/2006
 
Point of Contact
Ricardo Monroy, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759, - Anthony Smith, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759,
 
E-Mail Address
ricardo.monroy@randolph.af.mil, anthony.smith2@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award a contract for the purchase of sound system equipment. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation number F3PT5R6054A100 is issued as a request for quotation (RFQ). This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 01-22&23. The SIC Code is 5731, the NAICS code is 443112, and the size standard is $7.5 mil. The contract is for the purchase of the following sound system equipment: 26 Each - High Out-Put Vertical Line Array Module, 4 Each - High Out-Put Horizontal Line Array Module, 6 Each - Cardioid Dipolar Subbass, 2 Each - Controlled Directivity Subbass, 2 Each ? GEO S Bumper (See illustration on page 4 of attachmnet), 6 Each - Monitor Speaker, 4 Each - Monitor Speaker, 2 Each ? TD Controller,1 Each ? TD Controller, 2 Each ? DPS Controller, 6 Each - CAMCO Vortex 6 Amplifier or equal. All equipment must meet the specifications of the attached specs. Award is anticipated on 21 Apr 06. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision is lowest price technically acceptable. The resultant single award shall be placed with the offeror that represents the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.219-1, Small Business Program Representations, 52.219-1 Alternate I, Small Business Program Representation, which can be found at http://www.arnet.gov/far.52.212-4, Contract Terms and Conditions- Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: Administrative changes such as paying office, appropriation data, etc. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration. 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification, 52.252-2, Clauses Incorporated by Reference (Feb 1998). DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications/Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Requests for Equitable Adjustment. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Quotes are due 14 Apr 06 not later then 12:30 P. M., Central Standard Time (CST), and should reference the solicitation listed above. Offerors must include with their quote, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation and DFARS 252.212-7000, Offeror Representations and Certifications/Commercial Items. POC for this requirement is Ricardo Monroy, 210-652-5117, ricardo.monroy@randolph.af.mil or fax (210) 652-2759.-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------SPEAKER SYSTEM SPECIFICATIONS ------------------------------------------------------------------1. 26 Each - High Out-Put Vertical Line Array Module Components LF 1x 8? (20cm) Neodymium Hi-flux 16Ù Driver, HF: 1x 1? Throat Neodymium Driver on a Hyperboloid Reflective Wavesource. Height x Width x Depth 428 x 276 x 303mm (16 7/8" x 10 7/8" x 11 7/8"). Shape 5? Trapezoid Weight 13kg (28.6lbs) net. Connectors 2x NL4MP 4-pole SPEAKON (In & Through). Construction Baltic Birch Ply finish with structured black coating. Fittings Grill Perforated Steel. Flying Integral flying system. Intercabinet Angle Adjustments = .31? to 5? (logarithmic steps). Frequency Response [a] 67Hz ? 19kHz ? 3dB. Usable Range @-6dB [a] 60Hz ? 20kHz. Sensitivity 1W @ 1m [b] 99dB SPL Nominal -97dB SPL Wideband. Peak SPL @ 1m [b] Configuration dependent [d].. Dispersion [c] Coupling Plane: Not usable as a single cabinet. Configuration dependent [d]. Non-Coupling Plane 120? (configurable to 80?). Crossover Frequency 1.6kHz Passive Nominal Impedance 16Ù ------------------------------------------------------------------2. 4 Each - High Out-Put Horizontal Line Array Module Components LF 1x 8? (20cm) Neodymium Hi-flux 16^ Driver. HF: 1x 1? Throat Neodymium Driver on a Hyperboloid Reflective Wavesource. Height x Width x Depth 406 x 250 x 219mm (16? x 9 7/8? x 5 5/8?). Shape 30? Trapezoid Weight 13kg (28.6lbs) net. Connectors 2x NL4MP 4-pole SPEAKON (In & Through). Construction Baltic Birch Ply finish with structured black coating. Fittings Grill Perforated Steel. Flying Integral flying system. Intercabinet Angle Adjustments = 17.5? & 30?. Frequency Response [a] 67Hz ? 19kHz ? 3dB. Usable Range @-6dB [a] 60Hz ? 20kHz. Sensitivity 1W @ 1m [b] 99dB SPL Nominal -97dB SPL Wideband. Peak SPL @ 1m [b] Configuration dependent [d].. Dispersion [c] Configuration dependent [d]. Non Coupling Plane 120? (configurable to 80?). Directivity Index [c] Not usable as a single cabinet. Configuration dependent [d]. Crossover Frequency 1.6kHz Passive. Nominal Impedance 16^ ------------------------------------------------------------------3. 6 Each - Cardioid Dipolar Subbass Components 2x 12? (30cm) Long-excursion Neodymium 6^ Driver. Height x Width x Depth 400 x 600 x 754mm (15 3/4? x 23 5/8? x 29 11/16?). Shape Rectangular. Weight 35kg(78.4lbs) net. Connectors 2x NL4MP 4-pole SPEAKON (In & through). Construction Baltic Birch Ply finish with structured black coating. Flying points Integral flying system.MFrequency Response [a] 42Hz ? 130Hz ?3dB. Usable Range @-6dB [a] 39Hz ? 150Hz. Sensitivity 1W @ 1m [b] 102dB SPL Nominal. Peak SPL @ 1m [b] 131 to 134dB Peak (500 to 1200W RMS Amp). Dispersion [c] Hypercardiod pattern 120? x 120? over the entire usable bandwidth.. Directivity Control is achieved through DSP algorithms in the NX242 Digital TDcontroller (two channels of the NX242 are used for the process).Directivity Index [c] Q = 3.773DI = 5.7dB over the entire usable bandwidth. Crossover Frequency 90 or 130Hz Active through NX242 Digital Tdcontroller Nominal Impedance 2x 6? ------------------------------------------------------------------4. 2 Each - Controlled Directivity Subbass Components 2 x 18? (46cm) long excursion neodymium 8 Ohms driver. Height x Width x Depth 750 x 1200 x 750 mm (29 1/2? x 47 1/4? x 29 1/2?). Shape Rectangular. Weight: Net 116 kg (256 lbs). Connectors 2 x NL4MP SPEAKON 4 pole (In & Through). Construction Baltic birch ply finish with structured black coating. Dark grey carpet finish also available. Flying points Integral flying system. Frequency Response @-3dB [a] 32 Hz ? 80 Hz Usable Range @-6dB [a] 29 Hz ? 180 Hz. Sensitivity 1W @ 1m [b] 105 dB SPL Nominal. Peak SPL @ 1m [b] 145 dB Peak. Dispersion [c] Cardioid or supercardioid pattern over the entire useable bandwidth depending on the NX241 Digital. TDController set up.(two channels of the NX241 are used for the process).. Directivity Index [c] Q=4.3 | DI=6.3 dB and Q=5.3 | DI=7.2 dB over the entire useable bandwidth for respectively cardioid and supercardioid mode.. Crossover Frequency 80 Hz active through NX241 Digital TDController. Nominal Impedance 2 x 8 Ohms ------------------------------------------------------------------5. 2 Each ? GEO S Bumper (Description picture can not be uploaded please email me to receive a copy) ------------------------------------------------------------------6. 6 Each - Monitor Speaker Components : LF 1 x 15? (38 cm) 6 Ohm driver HF 1 x 2? throat, 3? titanium diaphragm, driver + Low Distortion, Constant Directivity Asymmetrical Dispersion Horn. Height x Width x Depth 675 x 434 x 368 mm (26.63 ?x 17.13?x 14.5?) Weight 29 kg (64 lbs) Connectors 3 x NL4MP SPEAKON 4 pole; Passive In Passive Loop Thru, Active In NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT5R6054A100/listing.html)
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78150
Country: USA
 
Record
SN01023056-F 20060408/060406224052 (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.