Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

63 -- Design and install a wireless klaxon alerting system to include receivers, transmitters, antennas, horns, and lights.

Notice Date
12/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-09-Q-A037
 
Archive Date
1/1/2009
 
Point of Contact
Dale R Yarbrough,, Phone: 803-895-5352, Ryan J Schnepf,, Phone: 803-895-5353
 
E-Mail Address
dale.yarbrough@shaw.af.mil, ryan.schnepf@shaw.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation, proposals are being requested and a written solicitation will not be issued. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-09-Q-A037 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080303 and Air Force Acquisition Circular (AFAC) 2006-0515. The North American Industry Classification System code for this acquisition is 334220, Other Communications Equipment Manufacturing with a Size Standard of 750 Employees. This acquisition is a 100% Small Business Set Aside. This is a firm-fixed price procurement and will be procured using commercial item procedures and award selection will be made based on the lowest price technically acceptable. This requirement is for: The design and installtion of a wireless klaxon alerting system to include receivers, transmitters, antennas, horns, lights and all necessary installation hardware and software. Horns must be loud enough to wake an average person from deep sleep and lights must be amber rotating beacons or strobes. Primary system activation will come from the E4B aircraft with backup activation capability from both primary and alternate 20 FW Command Posts. When the system is activated, the horns and lights must operate properly in all 15 designated locations. The system must be ‘stand-alone' and totally independent from any other alert notification system on Shaw AFB. Due to frequency management time constraints however, the system must utilize the same radio frequencies as the current base Giant Voice (GV) system. This installation contractor must also use equipment compatible with the current GV equipment. The following designated locations and associated system components are required to complete this project: a. B-924 - Lodging - Receiver with 3-4' antenna installed in the mechanical room with horns only outside along the hallways b. B-927 - Lodging- Receiver with 3-4' antenna installed in the mechanical room with horns only outside along the hallways c. B-417 - Dining Facility- Receiver with 3-4' antenna installed in the communication room with lights and horns throughout the dining area d. B-615 - Airfield Management--Receiver with 3-4' antenna installed in the communication room with one horn in the hallway and 2 lights-one light in the lounge area and one in the flight briefing room e. B-825 - Temporary Security Forces Desk-- Install one small mobile receiver that includes horn, lights and antenna f. B-806 - Fitness Center--Receiver with 3-4' antenna installed in the storage room behind the front desk and utilize the internal PA system, plus small horns located in dead spots within the facility and mandatory in the locker rooms, weight rooms and cardio rooms g. B-1122 -- Small receiver that includes horn, lights and antenna plus one encoder with radio to engage system and an outside roof mounted antenna. Also, a push button installed on the operators console for remote activation h. B-1518 - DPC --Small receiver that includes horn, lights and antenna plus one encoder with radio to engage system and an outside roof mounted antenna i. B-1422 - Base Exchange--Receiver with 3-4' antenna installed in the communication/storage area of the store and utilization of the BX PA system. Also, two large lights located in the shopping area, one in the electronics section and the other located in the clothing area. These are to be ceiling mounted. No horns for this facility. j. B-1420 - Commissary--Receiver with 3-4' antenna installed in the admin area. Utilization of the store's PA system. Two large lights installed in the main shopping area. No horns. k. B-1413 - Base Theater--Receiver installed just behind the right hand stage door with 3-4' antenna. Two lights located in seating area of the facility, located where all can see them. Two horns, one located in the seating area and one in the concession area. l. B-1401 - Bowling Alley--Receiver with 3-4'antenna installed in the rear mechanical room of the facility. Two large lights installed, one on the left of the alley way and one on the right of the alley way. Two large horns in the same area. m. B-106 - New Air Sovereignty Alert Facility--One small mobile receiver that includes horn, lights and antenna n. B-1990 - Control Tower--In the cab install one small mobile receiver that includes lights only and antenna o. B-611 - Weapons Load Training Facility - install receiver/transmitter, no other equipment. In accordance with FAR Clause 52.232-18, entitled "Availability of Funds." Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Lowest Price Technically Acceptable. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items paragraphs (a) (b) (5)(i) (14) (15) (16) (17) (18) (19) (20) (21) (22) (36), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: Ray.Carpenter@langley.af.mil. FAR52.219-28 - Post-Award Small Business Program Representation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. Quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail Proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Quotations may be submitted via fax to 803-895-5339 or by e-mail to dale.yarbrough@shaw.af.mil, or mailed to the attention of Mr. Dale Yarbrough at 20 CONS/LGCAA, 321 Cullen Street, Shaw AFB, SC 29152 No Later Than 17 Dec 08 @ 4:00 p.m EST. If a site visit is required for quoting purposes, the one and only site visit will be conducted on 10 Dec 08 @ 1:00 p.m. Please contact either Dale Yarbrough at 803-895-5352 or SSgt Ryan Schnepf at 803-895-5353 to coordinate site visit. For security purposes, contractors must provide the following information NLT 4:00pm Monday 8 Dec 08 on each individual attending any scheduled site visits: Name (full); SSN DOB Driver's Lic #
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef0545c6a0d5233949c92c0b69da14b9&tab=core&_cview=1)
 
Place of Performance
Address: Shaw Air Force Base, Sumter, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN01713429-W 20081205/081203221519-ef0545c6a0d5233949c92c0b69da14b9 (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.