Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

77 -- Public Address and Music System

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
R03368617459
 
Response Due
7/19/2006
 
Archive Date
8/18/2006
 
Description
DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a Request for Quote (RFQ) for USS Nimitz. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. Agency needs to provide and install a Public Address and Music System. Statement of Work ? REQ# R03368-6174-K599 USS Nimitz would like to install a permanent public address and music system in Hangar Bay 2. The space to be used is approx 95 ft by 200 ft with a ceiling truss height of 30 ft with cabling to run on the overhead truss system. The ship will require contractors to work onboard installing the equipment. Electronics would be housed in a wall lockable metal cabinet in location as directed by the ship. Major components of the system would be as follows: -2 ea Shure SD-58 microphones with cables and stand or equivalent -4 ea Shure SLX124/85/SM58 wireless UHF microphone system with lavaliere microphone/ transmitter or equivalent -1 UA844US four way active antenna splitter allowing one pair of antenna?s to input to 4 wireless microphone systems. Or equivalent -Install microphones and line level jacks in 2 locations of ships choice. Locations to have 2 microphone jacks and 1 line level jack. Equipment rack to have 2 line level jacks and 1 microphone jack. Or equivalent -1 Ashley MX-508 eight input microphone/line mixer and 1 Ashley MX-206 six input microphone mixer, with the MX-206 inputting into MX-508 sub input to enable the master gain control of the MX-508 to control both mixers. Need to have 14 possible inputs to mixers. Or equivalent -1 Dennon DN-c615 CD/MP3 player and 1 Dennon DRM-555p cassette player Provide and install 28 ea JBL control 322CT 12 inch speakers to be mounted on ?I? beam truss system with each speaker mounted in a metal back box (epoxy gray) with back box being supported between the ?I? beams with angle iron and attached to ?I? beam with beam clamps with installation being as tight to the overhead under the insulation as possible. -Use 2 QSC CX1202V dual channel 70 volt amplifiers to power speakers with maximum capacity of the 100 watt transformer installed on each speaker. This installation also allows for future expansion to additional ship?s hangar bays. This is a synopsis for commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. A separate written solicitation will be issued upon request. Solicitation number RFQ R033686174K599 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 1731. All supplies/services are to be delivered: FOB Dest to Naval Coastal Warfare Group One. Acceptance shall be made at destination. This requirement is for a fixed priced contract . A copy of the written solicitation is required to obtain the specifications prior to quoting. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 07/19/2006, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13).
 
Record
SN01088613-W 20060715/060713221550 (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.