Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

62 -- USAF Band Lighting Equipment

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-08-T-0070
 
Archive Date
10/3/2008
 
Point of Contact
Kenneth J Hawkins, Phone: 202-404-7771, Cathy B Perry,, Phone: 202-767-7957
 
E-Mail Address
kenneth.hawkins@bolling.af.mil, catherine.perry@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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. FA7012-08-T-0070. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Bolling Air Force Base is looking for band lighting equipment. This is set aside 100% for small business concerns. The North American Industry Classification System code (NAICS) is 423610 with a size standard of 100 employees. CLIN 0001: 16" 1000 Watt Scoop Light, MFR: Altman, PN#: ALS161 or Equal, QTY: 16 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0002: 13.5' Alu-Baby Heavy Duty Light Stand with Lazy Leg, Color: Black, MFR: Avenger, PN#: A410B or Equal, QTY: 16 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0003: 15 Pound Shot Bag, MFR: Impact, PN#: SHB-25 or Equal, Color: Black, QTY: 36 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0004: General Brand 1000 Watts/120 Volts Frosted FHM Lamp, QTY: 16 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0005: Safety Screen for 161 Scoop Light, Color: Black, Size: 16 x 15.75", MFR: Altman, PN#: 161-SS or Equal, QTY: 16 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0006: Yoke to Stand Adapter, MFR: Avenger, PN#: E390 or Equal, QTY: 16 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0007: Custom Road Case that holds 4 scoops, 4 stands and 8 sandbags in accordance with attached case specifications, MFR: R&R Case, PN#: USAFBAND-DC-Scoop-1 or Equal, QTY: 4 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. USAF BAND GENERAL AUDIO & LIGHTING ROAD CASE SPECIFICATIONS 1. All audio cases built for the USAF Band must be built to the following specifications: 1.1 Made with 3/8" 7 ply Birch cross-laminated, void-free plywood with exterior grade glue. 1.2 Made with hardened aluminum extrusions: a. "Dual Wall" style corner extrusion, clamps around both sides of plywood/laminate. b. b. Length of interior leg of corner matches length of exterior leg. c. Extra deep interlocking tongue (greater than ½") and groove valence to prohibit twisting. 1.3 All aluminum extrusions (corners and valence) are to be riveted a minimum of every 5 inches for maximum strength using POP brand rivets. 1.4 All rivets are to be backed by aluminum extrusions or washers where rivets only go through wood. 1.5 All door & lid hinges should fully extend to case edges, and are to be mounted under the corner clamps. 1.6 Hardware to meet or exceed Penn Fabrication heavy-duty components. Deep-dish large grip handles, two per side (normally eight per case), unless otherwise specified by USAF Band. 1.7 All cases will have Colson Brand 4"x2" Series 4 Polyurethane Hi-Tech ‘burgundy' casters rated at least 600 lbs per caster. 1.8 Caster plates are manufactured with ¾" 13 ply Birch plywood, routed edges, sanded, painted black, & secured to bottom of case with rivets and T-nuts that extend through the case to hold casters on. 1.9 Laminate will be Textured Wilsonart.050" thick high pressure laminate-bonded to the plywood with a fully sprayed epoxy and pressed. (ABS Plastic laminates are not acceptable: they fail when subjected to heat / direct sunlight). 1.10 Case color will be a medium gray - roughly Pantone 415. Cases will have the following stenciled in white paint on two sides: USAF Band Bolling AFB Washington DC 1.11 Drawers & lift-out trays are manufactured with 12mm 9 ply birch. Drawers are to be laminated in the case material, or sanded, primed, and textured in a black spatter paint finish. 1.12 12 oz. Ozite carpet used where needed or indicated. 1.13 Latches will be 5"x7" recessed Heavy Duty Penn Fabrication or equivalent. 1.14 All exterior length and width dimensions of cases will be 24", 30", or 48" (Truck-Pack). Heights shall be 38", 50", or 60". INSPECTION CONDITIONS AND TERMS: Price shall be FOB Destination. Delivery/Acceptance will be at 201 McChord st., Bolling AFB, DC 20032. Items shall be delivered no later than 30 days ARO. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. EVALUATION PROCEDURES: The Government will select the best overall offer based on lowest price. 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 requirement. Only those Offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. If offering an "or equal" item, please submit picture, part number, and specifications. Non-conformance with this requirement may result in the Offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is herby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31, 52.211-6, 52.214-34, 52.214-35, 52.225-13, 52.223-6, 52.223-11, 52.232-19, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003, 252.247-7023 ALT III, 252.243-7001, 2525.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762, Phone # 301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses, 52.219-6, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-5, 52.232-33, 52.233-3, 52.233-4 apply to this acquisition. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Quotations must be received by 4:30 P.M. Eastern Standard Time (EST) on 18 Sep 08. Quotations can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7887 or e-mailed to kenneth.hawkins@bolling.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed to Kenneth Hawkins, Contract Specialist, Phone (202) 404-7771.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=31264f0bb4d823d9768cbe079db56e7e&tab=core&_cview=1)
 
Place of Performance
Address: 201 McChord St., Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01668372-W 20080913/080911232122-31264f0bb4d823d9768cbe079db56e7e (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.