Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

59 -- Install Microphones at Joint Operation Center - Statement of Objectives

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1WTN91007A001
 
Archive Date
4/11/2011
 
Point of Contact
Bethany S. Carlan, Phone: 907-552-7170, Maripet Short, Phone: 907-552-2675
 
E-Mail Address
bethany.carlan@elmendorf.af.mil, maripet.short@elmendorf.af.mil
(bethany.carlan@elmendorf.af.mil, maripet.short@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Objectives and technical drawings of the JOC microphone layout. This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: Install Desktop Microphones in the Joint Operations Center on Joint Base Elmendorf-Richardson, Alaska. See attached Statement of Objectives (SOO) and technical drawings for specific details. Installation shall be completed NLT 30 days from Receipt of Contract. A site visit will be held on 1 April 2011, at the Joint Operations Center for interested contractors to familiarize themselves with the configuration of the existing room. All contractors interested in attending this site visit must send notice to SrA Bethany Carlan No Later Than 28 March 2011 to allow for preparations at the site. SrA Carlan can be reached at 907-552-7170 or bethany.carlan@elmendorf.af.mil Line Item 0001: 3 Year Warranty - Three year commercial warranty with advanced replacements, annual updates and servicing. (Qty 1 EA). Line Item 0002: 400 comprehensive CAT6 500 Mhz Shielded cable - Shielded Cat6 blue. (Qty 1 EA). Line Item 0003: Cost of Freight - Freight to JBER, Alaska. (Qty 1 EA). Line Item 0004: Central Unit - Digital discussion central unit ADN CU1 powers and controls up to 40 (depending on cable length) connected delegate end chairperson units. It offers full configuration in a quick and easy way over the menu display in several languages. (Qty 1 EA). Line Item 0005: Chairperson Unit - Goose-neck mic equipped with a super-cardiod capsule that attenuates unwanted ambient noise efficiently/ Twin loudspeaker system guarantees a homogenous sound level in the meeting room. (Qty 2 EA). Line Item 0006: Delegate Unit - Digital delegate unit ADN D1 offers high speech-intelligibility in a modern design. The goose-neck mic is equipped with a super-cardiod capsule that attenuates unwanted ambient noise efficiently. Twin loudspeaker system guarantees a homogenous sound level in the meeting room. Cabling of units, which is done by Cat 5 cables and hidden connections, can be optionally secured with strain reliefs for fixed installations. (Qty 32 EA). Line Item 0007: Rack Mounts. (Qty 1 EA). Line Item 0008: Strain Relief Adapter. (Qty 34 EA). Line Item 0009: Installation of Equipment. (Qty 1 EA). This solicitation is for Brand Name Equal items. This procurement is a Total Small Business Set Aside. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by 4 April 2011 at 3:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; SrA Bethany Carlan, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7170, Fax (907) 552-7497, bethany.carlan@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Ability and Qualifications 2. Price This will be a lowest price technically acceptable purchase. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 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 Alt I Buy American Act-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Alt III Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to SrA Bethany Carlan. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: bethany.carlan@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1WTN91007A001/listing.html)
 
Place of Performance
Address: Joint Operations Center, Joint Base Elmendorf-Richardson, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02409167-W 20110327/110325234203-ba2025684c23815324c02328d81bab7e (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.