Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

59 -- AMENDMENT 000159--AUDIO/VIDEO FOR GRIERSON HILL CHAPEL

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L09T0098
 
Response Due
8/28/2009
 
Archive Date
10/27/2009
 
Point of Contact
Mae Snyder, 580-442-8895
 
E-Mail Address
ACA, Fort Sill
(mae.l.snyder@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9124L09T0098. Combination Synopsis Solicitation SOL #: W9124L-09-T-0098 (AMENDMENT 0001) Response Date : 28 August 2009 by 4:00 p.m. CST 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; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-09-T-0098 is a Request for Quote (RFQ) for Audio/Video for Grierson Hill Chapel, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, effective 07 July 2009. The North American Industrial Classification System (NAICS) number is 334310 and the business size standard is 100 employees. This proposed acquisition shall be advertised unrestricted. Pursuant to FAR 4.1102(a), all prospective contractors shall be registered in the Central Contractor Registration (CCR) data base prior to award of a contract. Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. The following shall be conducted at Grierson Hill Chapel, Fort Sill, Oklahoma 73503. Please provide quote in spaces provided below: Description: CLIN 0001 - (1) Audio Visual Upgrade Audio Visual upgrade needed for Grierson Hill Chapel. Includes projector and laptop to run video system. See Scope Of Work (SOW) below, unit price $____________ x $_____________Each = extended price $___________. CLIN 0002 (1) - Installation Labor to install equipment, unit price $________ x 1 Each = extended price $ ___________. CLIN 0003 - (1) Contract Manpower Reporting, Report is due no later than 31 October 2009, for more information see Accounting for Contract Services below. unit price $____________ x $_____________Each = extended price $___________. STATEMENT OF WORK The Contractor shall provide all parts, tools, supplies, equipment, and labor necessary to install a Multimedia System. This system will provide the Grierson Hill Chapel and sanctuary with a professional audio/visual system to maximize worship service. Brand names and models used throughout this Statement of Work (SOW) are provided to establish a minimum technical specification standard. Contractors may use brand name or other brands of equal or higher quality. The Contractor shall be fully trained and certified to install the required equipment. The electrical wiring of this sound/audio system shall be in accordance with the National Electrical Code (NEC), Ft Sill, State and local codes. All electrical wiring, connections, junction boxes and connections to panel boxes shall be in accordance with NEC, Fort Sill, State and local electrical codes. The sound system at Grierson Hill Chapel shall include 2 Community 3-way speakers with rotatable horn-main speakers (Model # Versis 35-64), 1 QSC amplifier-main (Model # PLX3102), a Mackie16 channel mixer (Model #1604VLZPRO), 1 DBX Drive Rack 260 audio processor (Model #Drive Rack 260) for main speakers, 2 Community speakers (MVP-12M) stage monitor speakers, 1 QSC PLX2 1104, 1 DBX Drive Rack PA for stage monitor speakers, 2 Audio Technical Wireless Handheld Microphone Systems (ATW3141AD), 1 Audio Technical 200 Channel Lav Systems w/AT831CW, 2 Audio Technical Gooseneck 16.5 microphones (PRO 49QL), 2 Audio Technical Double Rackmount Joining Plates (AT8630), 2 Audio Technical QM Shock Plates w/ Mute Switches (AT8647QM/S), 4 Audio Technical Hand Held Microphones (ATM410), 4 Audio Technical 25 Lo-Z Mic Cable (AT83214-25), 8 SHS Tripod Boomarm Mic Stands (STMS1), 1 Raxxess Cherry Wood Audio Video Desk With Sliding Desk (Raxxess ERT-CH),1 Raxxess KAR 24-28 Equipment Rack for Amps and Processers, 1 Raxxess KAR 24P Perforated Door for Rack, Horizon 24 x8-100 Audio Input Snake, 225 Wire Trough Miscellaneous Parts, 100 Horizon Shielded Audio Cable (LoZ), 100 14 Gauge 2 Cond Speaker Wire, 4 Horizon 14/2-50, 300 Misc Parts/Misc. Wires, Cable and Connectors, 500 Misc Parts/Misc.Wires, Cables and Connectors. The video requested at Grierson Hill Chapel will include 1 Sanyo PLC-XP200L 7000 Lumen Projector, 1 Sanyo Projector Lens, 1 Projector Mount and Bracket w/Miscellaneous Parts, 1 Screen Innovations VRM1671.3 Screen, 100 VGA/SVGA M to M, 10 VGA/SVGA M to M, 1 VP-724XL Kramer Video Input Distributor, 1 DVDS661 Yamaha DVD Player, 1 XHV804-200 IXOS Component Video Cable 2M/6.5, XHA215-200 IXOS Studio Twisted Pair 2M. This building eligible to be registered on the National Register of Historic Places, all work should use as much existing penetrations and ductwork as possible. Any new work shall be compatible with the existing in terms of color, size and materials. New construction shall be undertaken in such a manner that it is reversible in the future with no or minimal change to the historic fabric. Final payment will be made after inspection by Department of Public Works, Ft Sill Fire Marshal and the Installation Chaplains Office Chaplain Resource Manager. Contractor shall provide training to Soldiers and civilians for the proper operation of the multimedia system at Grierson Hill Chapel. The Contractor shall provide a two (2) day response time during the warranty period. Response time shall begin when the Contractor is notified by the Government Point of Contact (POC) of a problem with the system. This requirement will exist for one year (or the duration of the warranty, whichever is longer) from the date of installation and completion of a successful performance test of the system. Completion Date: Requested completion date is 30 days After dated Contract (ADC) award. Quote should reflect FOB: Destination All Proposals shall be clearly marked with RFQ number W9124L-09-T-0098 and emailed to the POCs listed below or faxed to 580-442-8014, no later than 4:00 PM, CST, 28 August 2009. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Mae Snyder, Phone: 580-442-8895, email: mae.l.snyder@us.army.mil or Karen Warner, Phone: 580-442-3904/fax: 580-442-8014/email: karen.l.warner@us.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil http://farsite.hill.af.mil/. FAR 52.204-7 Central Contractors Registration, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.247-34 F.O.B. Destination, DFARS 252.201-7000 Contracting Officers Representative, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Required Central Contractors Registration, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-36. FAR 52.222-41 Service Contract act of 1965, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, and FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 252.203-7000, 252.225-7001, 252.232-7003, and 252.247-7023. The following provisions are incorporated by reference: 52.212-1 Instructions to OfferorsCommercial Items. FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. The following provisions are incorporated by full text: 52.212-3 Offeror Representations and CertificationsCommercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or persurant to FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 2005-2525 (Rev 9) 07/09/2009 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Laborer $11.62 36.25% Video Teleconference Technician $15.24 36.25% Electronics Technician Maintenance $19.76 36.25% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that failure to provide such notice relieves the insurance company of any liability shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER.(MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). SITE VISIT ARRANGEMENTS A site visit has been arranged for anyone wishing to inspect the site where these services are to be performed. The site visit will be on Wednesday, 12 August 2009, at 2:00 p.m. local time. Anyone wishing to visit the site should do so at this time. Those persons interested in attending the site should be at Directorate of Contracting, Bldg. 1803, Fort Sill, OK no later than 1:45 p.m. local time. Point of contact is Mae Snyder, at telephone number (580) 442-8895 or e-mail at mae.l.snyder@us.army.mil and Karen L. Warner at telephone (580) 442-3904 or e-mail at karen.l.warner@us.army.mil CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Mae Snyder at email: mae.l.snyder@us.army.mil and Karen L. Warner at email: karen.l.warner@us.army.mil. Clarifications and/or questions are due by 4:00 p.m. on Friday 14 August 2009. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. Contracting Office Address: ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501 Place of Performance: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK 73503-0501 US Point of Contact(s): Mae Snyder, 580-442-8895 ACA, Fort Sill
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK35/W9124L09T0098/listing.html)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN01924791-W 20090827/090825235541-ad1089422544795a109d7fa45c378e54 (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.