Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
MODIFICATION

59 -- Mass Notification System

Notice Date
8/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-11-T-0032
 
Archive Date
9/1/2011
 
Point of Contact
Joshua R. Houseworth, Phone: 3167594537, Jeff Choi, Phone: 316-759-4533
 
E-Mail Address
joshua.houseworth@us.af.mil, jeff.choi.1@us.af.mil
(joshua.houseworth@us.af.mil, jeff.choi.1@us.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 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, FA4621-11-T-0032, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 334310 with a size standard of 750 Employees. McConnell AFB, KS plans to acquire the following items. 0001 - Dole Community Center Sound System - Delivery and installation of Emergency Sound System in the Robert J. Dole Community Center in accordance with Statement of work below. *This requirement is currently unfunded and subject to availability of funds* Specifications: 1. General: These specifications establish the requirements for the installation of Emergency Public Address (PA) Sound System in the Robert J. Dole Community Center (DCC). 2. Description of Services: The contractor shall provide all personnel, equipment, tools, materials, supervision and any other necessary items and services to accomplish the installation. The contractor is responsible for a site survey to verify and analyze all existing sound system equipment. The contractor shall assess what equipment can be integrated and reused with the new system. The DCC has the following known sound systems installed: Manufacturer Qty Item Description/Part # MFG: Sound Tube: 10 High power speakers P/N: HP129i MFG: Mackie: 1 Digital Mixing Console P/N: 1642-VL23 MFG: Ashley: 2 Amplifiers P/N: NE-8250 MFG: DA-Lite: 1 Electric Screen: 9' x 12' Professional Electrol Screen MFG: EIKI: 1 Projector P/N: LC-X8 MFG: EIKI: 1 Long Throw Lens P/N:0001-4261 MFG: SHURE: 10 Wireless Combo Microphone Kits P/N: ULXP124/85 The contractor shall make every effort to reuse any of the above existing equipment that remains in good working order. Upon the site survey and in coordination with the base Point of Contact (POC), the contractor will develop the requirements for the new equipment to be installed in DCC. The DCC emergency sound system will be compliant with UFC 04-021-1 (Unified Facilities Criteria) Design and O & M: Mass Notifications System and UFC 04-010-01 DOD Minimum Antiterrorism Standards for Building (see attached UFCs). The coverage areas shall include: main ballroom (to include adjoining auxiliary rooms), vestibule, bowling alley, Deb's Café meeting room, main gym, auxiliary gym, pool, exercise room, martial arts room, cycle room, women's and men's locker room, exercise equipment room, big and small weight rooms, Signatures Lounge, Officer's Lounge, and the patio area. The emergency PA sound system shall tie into (via LAN-local area network, dial up connection, or in other connection method) all other current emergency system components on base (i.e. Giant Voice and McConnell's emergency AM radio station). Upon site survey contractor will demonstrate/verify the ability to tie into existing emergency systems. The system to be installed shall have the capability to interface with existing systems and accommodate future technologies. The primary technical services shall be performed by qualified individuals who are experienced in installing emergency PA sound systems. Contractor will submit work experience documentation of performing projects of this scale. The contractor shall provide a single Point of Contact for mechanical and equipment malfunctions related to the PA sound system as well as provide a phone number for after normal business hours technical service support. The contractor along with Quality Assurance Personnel (QAP) will conduct a full inspection of the newly installed sound system throughout the DCC upon completion of project. Inspection requirements can be found in Section 13 of base communciation standards (see attached). Contractor will provide one year industry standard maintenance warranty with purchase of system. Contractor will provide training on use of the system and conduct an in brief and out brief to onsite personnel about functionality of system, troubleshooting problems and system up keep. Contractor will also provide installation documentation (diagram of system layout). The contractor must schedule any required maintenance on the sound system with the on-site QAP or designated representative in advance of any maintenance. 3. Period of Performance: 180 days 4. Work Hours: 7:30 AM to 4:30 PM CST Monday through Friday, excluding Federal Holidays. Emergency technical support call hours are 24 hours a day, 365 days a year. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The following factor will be used to evaluate offers: Price, and is included in paragraph (a) of this provision. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Specifically, the following clauses and provisions cited are applicable to this solicitation: FAR 52.203-3, Gratuities; FAR 52.203-6, Restrictions on Subcontractors (Alt I); FAR 52.204-4, Printed on Copied Double Sided or Recycled Paper; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; 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 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-50, Combat Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; (See below for specifications) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.247-34, F.O.B. Destination; FAR 52.253-1 Computer Generated Forms; The following additional terms and conditions also apply to this contract: FAR 52.204-10, Reporting Subcontract Awards; FAR 52.219-1, Small Business Program Representations; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)). DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. Please contact the contracting officer, Rosa Krauss at 316-759-4525 or by e-mail at rosa.krauss.2@us.af.mil, before using an ombudsman. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits GS-09(Pre-inspection, planning, and QA) - $25.01/hr WG-10(Installation work) - $28.38/hr (End of Clause) AFFARS 5352.201-9101, Ombudsman (10 Aug 2005); (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Rosa Krauss at 316-759-4525 or by e-mail at rosa.krauss.2@us.af.mil Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). A site visit will be held at 9:00 AM CST at Bldg 412 on Tuesday 9 August, 2011 where we will walk through each of the areas of the building which require equipment. Questions will be submitted in writing after the site visit is held and posted with our responses. Please contact me if interested in attending this site visit by 3:00 PM CST Friday 5 August, 2011, in order to coordinate base access. Offerors shall respond to this solicitation by 4:00 p.m. Central Standard Time 17 Aug 2011. Offers can e-mailed to joshua.houseworth@us.af.mil *This requirement is currently unfunded and subject to availability of funds*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-T-0032/listing.html)
 
Place of Performance
Address: McConnell AFB, KS, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02521761-W 20110806/110804234937-998c3ba5111404204b660cc6a44ed392 (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.