Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
MODIFICATION

58 -- NEVE CONSOLE UPGRADE PACKAGE

Notice Date
8/28/2007
 
Notice Type
Modification
 
NAICS
512240 — Sound Recording Studios
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 110 Luke Avenue Suite 270, Bolling AFB, DC, 20032, UNITED STATES
 
ZIP Code
20032
 
Solicitation Number
FA7012-07-R-0015
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Point of Contact
Vivienne Clarke, Contract Specialist, Phone 202-767-8039, Fax 202-767-7887,
 
E-Mail Address
Vivienne.Clarke@Bolling.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-07-T-0043. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. This is a total 100% Small Business Set-Aside. The North American Industry Classification System code is 423690 at 100 employees size standard. LINE ITEM 0001: Upgrade Hardward for 88RS Neve Console to 72 channels to include 12 channel modules (AM4912) 12 Fader Modules (AM4163) 1 each Unit Price $__________________, LINE ITEM 0002: Design of Neve 88RS Console Upgrade 1 each Unit Price $_________________. This is a NAME BRAND or EQUAL REQUEST. If the vendor is to submit an ?Or Equal? all relevant documentation shall be submitted to the Band for approval prior to award. If it cannot be determined by the documentation the ?Or Equal? status, te vendor shall be required to submit the acutal item for approval to the USAF Band. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: The Government shall have a fifteen (15) day trail period to ensure item meets specifications and free of defects. Delivery/Acceptance will be at 201 McChord Street, Bolling AFB, DC 20032-0202. Delivery of all supplies will be no later than 30 days after date of contract. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representations and Certifications Application). An offeror shall complete only paragraph (j) of this provision if this offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representation and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requriement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additioanl information is required to support price reasonableness, each offeror maybe requested to provide a hard copy of their price break-down. Non-conformance with this requrienent may result ina offeror?s quote/proposal being determined unacceptable.FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.212-1, 52.214-34, 52.214-35, 52.223-5, 52.232-18, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6(b), 52.253-1 DFARS (Chapter 2), 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252.219-7011, 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 3:00 pm Eastern Standard Time, 21 Aug 2007 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to vivienne.clarke@Bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Vivienne Clarke, Contract Specialist, Phone (202) 7676-8039, FAX (202) 767-7887, E-mail to vivienne.clarke@bolling.af.mil or Richard Jacobs, Contracting Officer, Phone (202) 767-7978 or email richard.jacobs@bolling.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-AUG-2007); 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/AFDW/AFDW11CONS/FA7012-07-R-0015/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01388520-F 20070830/070828225130 (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.