Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

59 -- Design and Install Audio Visual Equipment into Holloman AFB, Enlisted Club

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2E3CS7256A001
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
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 streamlined procedures for evaluation and solicitation for commercial items - as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotation are being requested and a written solicitation document will not be issued. This announcement will be issued as a Request For Quotation (RFQ). The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Best Value to the Government. The Period of Performance shall 1 Oct 2007 - 30 Nov 2007. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-19. This acquisition is to be set aside and awarded to SB. The primary North American Industry Classification System (NAICS) code is 334310. The SB size standard for this code is 750 employees. PROJECT DESCRIPTION: CLIN 0001 -- Audio/Visual Input Wallplate with (2) RGB (F), S-Video (F), DVI (F), HDMI (F), Component Video/RCA (F-Yellow, Red, White) See Statement of Work (SOW), paragraph 2.2.1.1; 2.2.2.1; 2.2.3.1; 2.2.4.1 -- 6 Each CLIN 0002 -- Audio Input Wallplate with (2) 3.5mm Stereo (F), (2) 1/4" Stereo (F), (2) 3-Pin DIN (M), (2) 3-Pin DIN (F) See SOW paragraph 2.2.1.2. -- 6 Each CLIN 0003 -- Ceiling Mounted Projectors: 4000+ ANSI Lumens, 600:1 + contrast ratio, 4:3 Aspect Ratio, XGA (1024x768) Native Resolution, Throw Ratio not less than 1.8, Dual Serial Port, Vertical and Horizontal Lens Shift, Inputs: 3+ BNC RGB connectors, RGB in, S-Video in, RCA , RS-232C, USB. In addition, one replacement projector bulb per projector. See SOW paragraph 2.2.1.3; 2.2.2.3; 2.2.3.3; 2.2.4.3 -- 5 Each CLIN 0004 -- Ceiling Mounted Projector: 3000+ ANSI Lumens, 500:1+ contrast ratio, 4:3 Aspect Ratio, XGA (1024x768) Native Resolution, Throw Ratio not less than 1.46, Inputs: mini-D sub 15-pin X 2, S-Video, RCA, RS-232C, USB. In addition, one replacement projector bulb. See SOW paragraph 2.2.4.2 -- 1 Each CLIN 0005 -- Presentation Computer: Intel Core 2 Extreme Processor WX6700 w/2.67GHz 8 MB L2 Cache, 1Gb 400 HNz DDR2-800 Memory, 147Gb 15,000 RPM Hard Drive, GeForce 7950GX2 Video Card, Windows XP Pro, MS Office 2003, Adobe Acrobat Reader 8, Slide Presentation Remote with I/R Sensors with extensions to allow use from any feasible part of stage. See SOW paragraph 2.2. -- 1 Each CLIN 0006 -- Crestron TPMC-17-QM Touchpanel Media Center or equal. See SOW paragraph 2.2. -- 1 Each CLIN 0007 -- Soundcraft LX7ii 16-Channel Mixer or equal. See SOW paragraph 2.2.-- 1 Each CLIN 0008 -- Sony ECM-77 Wireless Lavalier Mics or equal. See SOW paragraphs 2.2.1.9; 2.2.2.9; 2.2.3.9 and 2.2.4.9 -- 5 Each CLIN 0009 -- Audio-Technica ATW-U101 Bodypack/UHF Receivers or equal. See SOW paragraphs 2.2.1.9; 2.2.2.9; 2.2.3.9 and 2.2.4.9 -- 5 Each CLIN 0010 -- Shure ULXP24/58 Wireless Handheld Mics/Receivers or equal. See SOW paragraphs 2.2.1.10; 2.2.2.10; 2.2.3.10; 2.2.4.10. -- 2 Each CLIN 0011 -- Shure SM58 Series II Mics or equal. See SOW paragraph 2.2.6 -- 4 Each CLIN 0012 -- Round Base Microphone Floor Stand. See SOW paragraph 2.2.6 -- 6 Each CLIN 0013 -- JRX112M Portable Stage Monitor. See SOW paragraph 2.2.5.1. -- 1 Each CLIN 0014 -- M-Audio Firewire Solo or equal. See SOW paragraph 2.2.5.2. -- 1 Each CLIN 0015 -- JVC BR-HD50 HD Recorder or equal. See SOW paragraph 2.2.5.2. -- 1 Each CLIN 0016 -- Yamaha RH3C - Circumaural, Closed-Back Stereo Headphones or equal. See SOW paragraph 2.2.5.1. -- 2 each CLIN 0017 -- Floor-type lectern. Wood-type veneer finish in the color Mahogany. Includes: reading lamp, reading surface, storage shelf. See SOW paragraphs 2.2.1.17; 2.2.2.17; 2.2.3.17; 2.2.4.17 -- 4 Each CLIN 0018 -- Ceiling mounted electric projection screen as specified in SOW. See SOW paragraph 2.2.1.18; 2.2.2.18; 2.2.3.18; 2.2.4.18 -- 5 Each CLIN 0019 -- Ceiling mounted electric projection screen as specified in SOW. See SOW paragraph 2.2.4.19. -- 1 Each CLIN 0020 -- Shure ULXP24/SM87 (or better) wireless handheld microphones. See SOW paragraph 2.2.1.20 -- 5 Each CLIN 0021 -- Axiom VP100 speakers (or better) with mounting hardware. See SOW paragraph 2.2.1.21; 2.2.2.21; 2.2.3.21; 2.2.4.21. -- 10 each CLIN 0022 -- Lutron GRX-3106-CE Grafik Eye 3000 Series 6-Zone Preset Dimming Control Unit MATTE Finish 230V (or equal). See SOW paragraph 2.2.1.22; 2.2.2.22; 2.2.3.22; 2.2.4.22. -- 1Each CLIN 0023 -- The contractor shall remove the existing equipment and turn equipment over to 49 SVS building custodian. See SOW paragraph 2.2.1.23; 2.2.2.23; 2.2.3.23 -- 1 each CLIN 0024 -- System Diagram/Documentation Binder: Includes system map, connections, block diagrams, and known good equipment settings. Should enable a technician with non-specific knowledge of this system to reconnect/return the system to installed configuration. See SOW paragraph 2.3. -- 1 Each CLIN 0025 -- Checklist Binder: Includes checklists for powering system on/off with example settings for various inputs. Should include at minimum how to get a default sound level from the microphones above as well as routing video signal to the projectors. See SOW paragraph 2.4. -- 1 each CLIN 0026 -- Label and Color Coding: All wall plates, wires, and system components sould be labeled and color-coded to allow physical reconnection by matching labels. See SOW paragraph 2.5. -- 1 Each CLIN 0027 -- On-site installation, integration, and user and technician training. See SOW paragraph 2.10. -- 1 each CLIN 0028 -- On-Site Maintenance Contract. See SOW paragraph 2.9. -- 1 each OTHER DETAILS: A Site Visit is scheduled for 21 Sep 07 at 1000 hours. Contractors must submit the names of the individuals who will be attending the site visit to MSgt Palmer at michelle.palmer@holloman.af.mil NLT 20 Sep 07 at 12:00 PM Mountain Time. Contact MSgt Palmer at michelle.palmer@holloman.af.mil for the Statement of Work and Diagrams. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. You can access the below provisions in full text at: http://farsite.hill.af.mil/ . The HAFB clauses can be received in full text upon request by emailing michelle.palmer@holloman.af.mil FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and other Responsibility Matters. (Dec 2001) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. (Sep 2006) FAR 52.212-3 Offeror Representations And Certifications--Commercial Items (Mar 2005) FAR 52.222-22 -- Previous Contracts and Compliance Reports. (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance. (Apr 1984) FAR 52.222-41 -- Service Contract Act of 1965, as Amended. (Jul 2005) FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. (May 1989) The applicable Wage Decision for this requirement is: WD 05-2511 (Rev.-4) was first posted on www.wdol.gov on 06/05/2007 FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm DFAR 252.212-7000 Offeror Representations and Certifications--Commercial Items. (Jun 2005) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (Apr 2007) Clauses at FAR 52.203-3 - Gratuities (Apr 1984) FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government. (Sep 2006) FAR 52.204-7 -- Central Contractor Registration. (Jul 2006) FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Sep 2006) FAR 52.212-4 Contract Terms And Conditions-- Commercial Item; (Feb 2007) ADDENDUM To Far 52.212-4 Contract Terms And Conditions- (Oct 2003) Email michelle.palmer@holloman.af.mil for full text. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) (Aug 2007) FAR 52.219-6 -- Notice or Total Small Business Set-Aside (Jun 2003) FAR 52.219-14 -- Limitations on Subcontracting. (Dec 1996) FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. (Jun 2007) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies, (Aug 2007) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Sep 2006) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Feb 2006) FAR 52.232-33 -- Payment by Electronic Funds Transfer- Central Contractor Registration (Oct. 2003) FAR 52.233-3 -- Protest After Award, (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, (Oct 2004) FAR 52.247-34 -- F.O.B. ? Destination. (Nov 1991) FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) The full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-6 -- Authorized Deviations in Clauses. (Apr 1984) (b) The use in this solicitation or contract of any Defense Acquisition Regulation (DFAR) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. http://farsite.hill.af.mil/vfdfara.htm DFAR 252.204-7004 -- Central Contractor Registration (52.204-7) Alternate A (Sep 2007) DFAR 252.212-7001 -- Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Apr 2007) (Deviation) DFAR 252.209-7001 -- Disclosure of Ownership or Control by the Government of a Terrorist Country. (Oct 2006) DFAR 252.209-7002 -- Disclosure of Ownership or Control by a Foreign Government. (Jun 2005) DFAR 252.209-7004 -- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. (Dec 2006) DFAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582) DFAR 252.225-7012 -- Preference for Certain Domestic Commodities. (Jan 2007) DFAR 252.232-7003 -- Electronic Submission of Payment Requests (Mar 2007) (10 U.S.C.). AFFAR 5352.201-9101 -- Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, (Mr. Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400) Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). AFFAR 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). (Apr 2003) HAFB 006: NCIC Requirements And Access To Holloman AFB NM (21 Aug 07) Contractor Employees Delivering To Holloman Air Force Base HAFB 008 ? Contractor Employees Delivering To Holloman Air Force Base (Aug 2007) HAFB 009 ? Wide Area Workflow Statement (Aug 2007) HAFB 012 - HAFB Cell Phone Policy (31 Aug 2006) HAFB 013 - Insurance Coverage on Government Installation: 11 Jun 07
 
Place of Performance
Address: 1210 Forty Niner Ave Rm 420, Holloman AFB, NM,
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01409326-W 20070919/070917220622 (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.