Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

58 -- Paging System

Notice Date
12/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0BB8296B00101
 
Response Due
12/18/2008 12:00:00 PM
 
Archive Date
1/2/2009
 
Point of Contact
Anne C Hylla, Phone: 6612779119
 
E-Mail Address
anne.hylla@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation The Solicitation number is F1S0BB8296B00101. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 and DFARs Change Notice (DCN) 2008-08-12. NAICS is 334220 and the size standard is 750 employees. This acquisition is a 100% small business set aside. The AFFTC/PKE, Edwards Air Force Base, CA is seeking to purchase the following Service.; The work covered by, but not limited to, these specifications consists of furnishing all supervision, labor, equipment, and materials necessary to perform all operations to provide, deliver, and install a completely usable paging system that services facility #1623, 35 Flight Line Road, Edwards Air Force Base, Ca. The Contractor shall complete the project in accordance with these specifications, all applicable codes & regulations, drawings, and is subject to the terms and conditions of the contract. The paging system shall service the hangar area as well as the entire interior and exterior of facility #1623, Edwards, CA. The contractor should be aware that this effort is a firm fixed price contractual effort. The majority of the existing office area shall require 2'X2' drop in type ceiling tile speakers. Said ceiling tiles shall match the existing ceiling tiles. Horns shall be installed in large open interior areas such as warehouse, storage, tool crib, and mechanical rooms. Weatherproof horns shall be installed on the facility exterior perimeter. Horns shall be installed with in the hangar area so as to provide adequate voice coverage with out distortion. The contractor shall be responsible to provide high reach boom lift equipment capable of extending to approximately 150 feet in height. Speaker wire shall be installed between the existing 2nd floor Tele-Com Room and the speaker locations. Speakers shall be grouped so as to provide voice transmission capability into the following zones: 2nd Floor Office Area Building Exterior Hangar All Zones All speaker wire shall be plenum rated and all wiring installation shall be accomplished in accordance with all National Electric Codes as well as all local and Air Force regulations. Speakers selected for office area installation shall have manual volume control capability. Maximum number of speakers on each wire run shall not exceed manufacturer's guidelines for paging distribution. Required amplifiers shall be installed within the 2nd floor Tele-Comm Room, (room #205A), and connect to the zone paging system. Paging system shall be completely independent of the existing telephone system. Pages shall be broadcast from 3 ea. microphone locations within said facility. Each microphone will control all paging capabilities. The broadcast locations shall be: Flight Operations Counter, room #200 Command Section, room #214 Facility Manager's Office, room #303 Please be aware that building announcements are also to be received within all latrine and locker room areas. The existing ceiling finishes within all latrine / locker room areas are painted gypsum board, (dry wall). Also be aware that room #113 is being utilized as a Security Office and is constructed of steel reinforced cinder block perimeter walls and poured in place concrete floor and ceiling. The aircraft hangar dimensions are approximately 350'W x 375'L x 115'H. Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery No partial bids for the items listed above will be accepted. FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote with a material list and enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Submit past performance for jobs that are similar in size and scope for the last three years. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. The following provisions and clauses apply: Clause 52.211-6 Brand Name or Equal, Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program: The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman; 5352.242-9000, Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than December 30, 2008 at 4:00 p.m., PST. E-mail address: anne.hylla@edwards.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d8123ad526ab7b61008caac6d68bcf74&tab=core&_cview=1)
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01720626-W 20081219/081217220443-d8123ad526ab7b61008caac6d68bcf74 (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.