Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

59 -- Sound System for Chapel 3

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F1D0158170A003
 
Archive Date
10/2/2008
 
Point of Contact
James A Warren, Jr.,, Phone: 301-981-2382, Shayla Canty ,, Phone: 301-981-2357
 
E-Mail Address
james.warren-02@andrews.af.mil, shayla.canty@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written RFQ will not be issued. (ii) This Request for Quote reference number is F1D0158170A003 and is being issued as a Request for Quote (RFQ) (iii) This Request for Quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DFAR Circular DCN2080812.. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 443112 with an $8 million size standard. (v) Contractors shall submit a quote for the purchase, installation and training for a Sound System (See attached SOW) to include a:24 channel, 4-buss mixer; pulpit gooseneck mic; six wireless handheld mics; two wireless lavalier mics; four hanging shotgun mics; CD/DVD/Cassette deck - PC compatible; Main Speaker cluster and speaker in annex; aux one and two to ceiling mounted monitors above stage; 24 space locking rolltop rack; remove existing organ speakers; wireless remote control for existing motorized projections screen; 1 yr warranty; delivery and installation; programming and operator training. Brand name or equal items are acceptable. All responsible sources may submit a quotation which shall be considered. There will be a site visit held on 11 Sep 2008 at 1:00 PM Eastern Daylight Savings Time (EDST). The site visit is required to submit a quote. Please contact James A. Warren Jr. at 301-981-2382 NLT 10 Sep 2008 with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. On the day of the site visit an escort will be needed for all attending parties. It is expected that you meet at the main gate visitor center with identification at 12:45 sharp - escorter will not wait, then we will proceed directly to the site. Site visit location: Chapel 3 1679 Brookly Avenue Andrews AFB, MD 20762 15 Sep 2008 at 12:00 PM EDST is the deadline for questions pertaining to the details of this RFQ after which no more questions will be answered. (vi) Delivery and acceptance instructions are FOB destination. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full Text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instruction to offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in this RFQ, who offers the lowest price technically acceptable and completion within 30 days after purchase order is completed. The government reserves the right to judge which quote shows the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major requoting. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications Commercial item or complete electronic annual representations and certifications at http://orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial items: (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: (mandatory clauses: 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; FAR52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; (xii) The following additional clauses are applicable to this procurement • DFARS 252-204-7001, Commercial and Government Entity (CAGE) Code reporting (Aug 1999) • DFARS 252.204-7004, Required Central Contractor Registration (CCR); Contractors not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414) • DFARS 252.7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection and Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.223-9000, Contractor Access to Air Force Installations • 316 CONS -007, Personnel Security Requirements • 316 CONS -010, Wide Area Work Flow • 316 CONS -011, Ombudsman (xiii) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are incorporated in full text, with the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program. (Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.) (xiv) Respond to this combined synopsis/solicitation must be received via email, FAX, mail or delivery by 17 Sept 2008 no later than 12:00 PM Eastern Daylights Savings Time. Offers can be sent via email to james.warren-02@afnce.af.mil. The FAX number is 301-981-1910. Mailig address is: 316 Contracting Squadron Attn: James A. Warren Jr. 1535 Command Drive, Suite E209 Andrews AFB, MD 20762 For those interested in Hand Carrying Quotes must provide, on company letterhead, no later than 12:00 PM 16 Sep 2008: name of attendee; Driver's License number and state; vehicle make, model and year; license plate number and state and Social Security number to access the base. Offerors are cautioned that Andrews AFB, MD has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time for traffic to arrive at the base, to obtain a visitor pass, and find their way to the Contracting Office PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "late submission, modifications, revisions and withdrawals of Offers." Quotes should be marked with solicitation number F1D0158170A003 (xv) Address questions to James A. Warren Jr., Contract Specialist at 301-98102382, FAX 301-981-1910, email james.warren-02@afncr.af.mil or Lt Shayla Canty. Phone 301-981-2357, email shayla.canty@arncr.af.mil. CHAPEL 3 SOUND SYSTEM STATEMENT OF WORK (SOW) A 24 channel, 4-buss mixer will be installed in the existing rolltop enclosure. Inputs to the new mixer will include: • New Pulpit gooseneck mic • Six new wireless handheld mics • Two new wireless lavalier mics • Four hanging shotgun mics • Existing stage mic jacks. • New CD/cassette deck. • Audio from existing PC. Outputs from the mixer will connect to: • Main out to new main speaker cluster and speaker in Annex. • Aux one (monitor one) to new ceiling mounted monitors above stage. • Aux two (monitor two) to new ceiling mounted monitors above stage. Main Speakers: The main output of the mixer will be routed to a digital signal processor providing equalization and crossover functions for the new main speaker cluster. The cluster will consist of two mid-hi cabinets and a single subwoofer rigged together and suspended from the structure above the ceiling just in front of the low section of ceiling. DSP and new amplifiers will reside in the existing backstage rack that will power the cluster. Monitors: Two low-profile full range speakers will be mounted to the ceiling over the stage to provide excellent coverage of the entire stage. Two mixes will be designated for the monitors providing the capability of mixes for the left side of the stage vs. the right side. Microphones: A new gooseneck mic will be installed on the pulpit and connected to an existing floor jack. Six wireless handheld and two wireless lavalier systems and two antenna/power combiners will be provided. Four shotgun mics will be ceiling mounted above the stage to provide coverage of participants on stage without the use of lavalier or handheld mics. Racks: A new 24-space locking rolltop rack will be installed adjacent to the existing rolltop desk. The finish of the new rack will match the existing desk and will provide a lockable enclosure for the existing computer monitor, wireless mic receivers, antenna combiners, a new CD/cassette deck and power management with surge supression. The new digital signal processor, power amplifier amplifiers and power management with surge supression will be installed in the existing backstage rack. Miscellaneous: The existing organ speakers will be removed. The small speaker beneath the organ speaker on the right will be removed. Power sequencers will be installed in each rack providing surge protection and power on/off sequencing for all devices. A single switch at the main mix position will turn system power on or off for both racks. A wireless remote control will be provided for the existing motorized projection screen. Inclusions: Included is removal of all existing equipment that will not be used in new system. Delivery and installation. Programming. Operator training. Documentation. One-year warranty on material and workmanship. Exclusions: Additional 120-volt power requirements (if any). Applicable sales tax.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=925cb584f323a2ffca4ca67df79584a0&tab=core&_cview=1)
 
Place of Performance
Address: Chapel 3, 1679 Brookly Avenue, Andrews AFB, MD, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN01662577-W 20080910/080908220221-925cb584f323a2ffca4ca67df79584a0 (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.