Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

58 -- Design and Install Public Address System

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F3ST786171A100
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 375th Contracting Squadron at Scott AFB IL is contemplating an award for the design and installation of a Public Address System for Building 1700 on Scott Air Force Base, Illinois. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3ST786171A100; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-11 and the Defense Federal Acquisition Regulation Supplement DCN 20060711 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 334310. The small business size standard is 750 employees. (v) CLINS: 0001, Provide all labor and equipment to design and install PA system in accordance with the Statement of Work listed below in (vi) Description of Requirements. PROVIDE PRICING ON EACH OF THE CLINS WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of Requirements: STATEMENT OF WORK FOR BLDG 1700 ATRIUM PUBLIC ADDRESS AND SOUND SYSTEM PROJECT 19 July 06 1. SCOPE The primary objective of this project is to furnish and install a public address and sound system in the Bldg 1700 Atrium. 2. CURRENT CAPABILITIES The Bldg 1700 Atrium is used for ceremonies and distinguished visitor events. This room currently has no public address or sound system capabilities. 3. REQUIREMENT The contractor shall: Perform Site Survey Provide a detailed breakdown of all equipment recommended for installation Furnish and Install the following capabilities: o The ability to operate 2 wireless lapel microphones (body pack) and 2 wireless handheld microphones at the same time. o The ability to play music in multiple formats (i.e. CDs, MP3s, CD-Rs and CD-RWs). o Provide a Dolby surround sound speakers. o Install 8 spare input jacks and associated cables to allow for a minimum of the following external audio inputs simultaneously: Input from MP3 or WMA Player Input from laptop Input from DVD Player Input from VCR Wired microphone Wired microphone o All audio cables, associated wiring, and connectors required completing the installation. o Balance, equalize, and reduce noise for all audio inputs and outputs. o All equipment will be installed in a black self-contained equipment rack with power hard wired to the facility. Provide all labor, material, equipment, and transportation required for project completion. Install wiring to provide power to the self-contained equipment rack from the source identified by the Bldg 1700 Facility Manager in compliance with the National Electric Code. All wiring shall be concealed except as expressly permitted by the AF Project Manager. Ensure materials and parts supplied are new and adhere to the original Manufacture?s specifications. Provide all owner/operator manuals and wiring diagrams. Prior to Government Acceptance provide training on the operation and operator level troubleshooting on the equipment. Provide printed and electronic step-by-step training manuals for all equipment adjustments. The manuals will cover setup, operation, and shutdown procedures. Period of Performance: Final testing and acceptance shall take place no later than 60 days after award of the contract. The actual installation should not last longer than 1 to 2 weeks maximum. Hardware delivery and installation shall be coordinated with the project manager. Site Issues: The contractor must coordinate with TSgt Clarke (primary) or SSgt Bugbee (alternate) to schedule times and access to the installation areas including site surveys. The contractor shall leave the work areas in a clean condition at the end of each day?s work. After completion of the tasks in this SOW, but before government acceptance, the contractor shall clean the facilities removing all debris left by the contractor from walls, floors, or ceilings or from other areas used or traversed by the contractor. Location: All on-site work will be performed in Building 1700, Scott AFB IL. Contractor access into the building will be 8 hours a day (0730-1630), 5 days a week (Mon-Fri). Contractor personnel will be escorted while on site. Test and Acceptance: Prior to Government Acceptance, the contractor shall test the installed systems under this SOW and demonstrate to the government the complete functionality of all components/capabilities. Contractor shall also provide all owner/operator manuals and wiring diagrams of the complete system prior to government acceptance. (vii) The Government desires FOB Destination, Scott AFB IL within 30 days after receipt of order. Offerors must provide warranty information specific to all equipment and installation. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Payment Terms (net 30) or Discount _____________________________________ 5. Delivery Date _________________________________________ 6. Business Type (i.e. small, women-owned, etc.)______________________________ 7. Point of Contact & Phone Number________________________________________ 8. Fax Number _____________________________________ 9. Email address___________________________________________________ 10. FOB (destination or origin)_______________________________________ TECHNICAL CAPABILITY INFORMATION: Provide descriptive literature that details the capabilites of the products offered. This information will be used to determine the technical acceptability of the products offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria is: LOWEST PRICE TECHNICALLY ACCEPTABLE. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.223-5, Pollution Prevention and Right-to-Know; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Govenment Buildings, Equipment, and Vegetation; FAR 52.247-34, F.O.B. Destination; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submision of Payment Requests. Department of Defense (DoD) Apropriations Act of 2001, Section 1008 Electronic Submission and Prossesing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance WAWF-RA) is the DoD system of choice for implementing this statutory requirment. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: SSgt. Eric Gourley 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Eric Gourley By email: eric.gourley@scott.af.mil QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 16 August 2006 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. SITE VISIT: A site visit is scheduled for Friday, 4 August 2006, at 9:00 a.m. CST at Scott AFB, IL. This is a mandatory site visit for all interested parties. Contractors must contact SSgt. Eric Gourley, 618-256-9252 no later than 3:00 p.m. CST, Thursday, 3 August 2006. (xvii) The point of contact for this acquisition is SSgt. Eric Gourley: phone 618-256-9252; fax 618-256-2174; e-mail eric.gourley@scott.af.mil. In the event these individuals are not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-5237; e-mail marcia.wuebbels@scott.af.mil.
 
Place of Performance
Address: Bldg 1700 South Drive, Scott AFB, IL
Zip Code: 62225
Country: UNITED STATES
 
Record
SN01096435-W 20060726/060724220921 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.