Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

65 -- Hearing Screening Booth

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
 
ZIP Code
23150-2523
 
Solicitation Number
W912LQ-10-Q-0001
 
Response Due
7/22/2010
 
Archive Date
9/20/2010
 
Point of Contact
Amy Daniels, 757-764-4447
 
E-Mail Address
VaANG Base Contracting Officer
(amy.daniels@langley.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 the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number F9Q4MD018A001. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-43 dated 2 July 2010. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 334516 size standard of 500 employees. Contract line item numbers and quantities: CLIN 0001: Acoustic Systems model RE-130 Hearing Screening Booth, or equal Quantity: 2 ea MFR: ETS-Lindgren, Item # 770302R -Double magnetic seal door -Viewing window (size similar to: 18 wide by 24 high) -Ventilation System -Exhaust Fan -Stereo Phone Jacks (min quantity of 4) -Cable pass-through hole (min size 1 ) -Ears covered, supra-aural headphones -Booth must be certified to meet the ANSI S3.1-1999 Ears Covered (Headphones) and OSHA 1910.95 criteria from 500 Hz to 8000 Hz when selected per the following criteria: Maximum host space octave band sound pressure levels to meet specified criteria: Freq. Hz 125 250 500 1000 2000 4000 8000 OSHA 1910.95 46 32 67 74 89 90 90 ANSI S3.1-1999* 49 35 48 60 76 83 82 CLIN 0002: Shipping and Handling, with lift truck The following provisions and clauses are applicable to this solicitation: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Aug 2009) Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.211-7003Item Identification and Valuation 252.232-7010 Levies on Contract Payments The following clauses are provided in full text: 52.212-2, Evaluation- Commercial Items (a) The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to the responsible, lowest priced technically acceptable small business offeror. Award will not be made to a large business unless a significant price disparity deems it to be in the best interest of the Government. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors initial proposal should contain the best terms from a price and technical standpoint. 52.212-4 is amended as follows: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoices. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). The following FAR clauses cited within this clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332). 52.233-2, Service of Protest (192 MSG/MSC, Attn: TSgt Amy Daniels, 74 Nealy Ave, Langley AFB, VA 23665). 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION). The following clauses and provisions within this clause are applicable: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea. Contractors are required to include a complete copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their proposal unless offeror has a current ORCA registration online at https://orca.bpn.gov/login.aspx All information relating to this solicitation will be posted on the Federal Business Opportunities website. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via fax or e-mail. NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 4:30 P.M. eastern standard time on 19 July 10. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals and amendments (if any) must be signed, dated and submitted in writing, by fax or email by 4:00 p.m. ET on Thursday, July 22, 2010 to 192 MSG/MSC, Bldg. 91, 74 Nealy Ave, Langley AFB, VA 23665, attn: TSgt Amy Daniels, or fax 757-764-4071, email amy.daniels@langley.af.mil. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). It is the responsibility of the offeror to verify receipt of all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-10-Q-0001/listing.html)
 
Place of Performance
Address: 203 Red Horse (Virginia Beach, VA) 203 Red Horse Drive Camp Pendleton VA
Zip Code: 23451
 
Record
SN02204577-W 20100715/100713235510-4377ae9f6af49202e21a30b28478dfdb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.