Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

59 -- Bugle Call PA System

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
9410 Jackson Loop, Fort Belvoir, VA 22060
 
ZIP Code
22060
 
Solicitation Number
W26ABR11612015
 
Response Due
9/19/2011
 
Archive Date
3/17/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W26ABR11612015 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-19 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Belvoir, VA 22060 The U.S. Army ACC MICC Fort Belvoir requires the following items, Brand Name or Equal, to the following: LI 001, ******BRAND NAME OR EQUAL*******VOICE RANGE LONG THROW HORN: Manufacturer: Community Model # RMG200ATSPECS--Must have the following: Dimensions 9.75 Lx 17.5?W x 25? H, a frequency Response of 400 Hz ? 4700 Hz, Input connectors of 16 gauge, 2 conductors SJOW cable through gland nut, Normal Impedance of 11 Ohms, Program power rating of 75W continuous, 120W program, Sensitivity (1Watt/1m) of 115 dB, Weight not to exceed 25 lbs, a Non-metallic Diaphragm and highly resistant to harsh environments/, 28, EA; LI 002, Flat Roof Mounting Sled QTY 4, Must be weather proof construction, used to support Horns, structure to mount the speakers to that will sit on top of the roof and have blocks or sand bags weighing them down. An assembly, may be fabricated or purchased, to provide support for a pole mounted (3 or 4) horn array on a custom built steel platform with a maximum weight of 350 lbs at each customer designated location. Platform will need to provide support for speaker wiring or power cables as is needed, Platform will need to be designed to support average weather conditions up to and including high winds and rain as is experienced within the Northern Virginia area.", 4, EA; LI 003, ******BRAND NAME OR EQUAL*******Pole mount brackets- Must be weather proof construction, Community PMB-1RR or better., 4, EA; LI 004, ******BRAND NAME OR EQUAL*******Manufacturer:Crown/Model #CDi2000SPECS: Must be 800W @ 4 ohm Dual (per channel), Solid State Construction, 2 channel, Rear panel controls and connectors shall include the following:AC Line Connector: NEMA 5-15P (15A) --/-- Input Connector: Two 3-pin removable Phoenix-type connectors each accept abalanced line-level input signal. --/-- Output Connectors: 4-position barrier strip with connectors for dual loudspeakers or bridge-mono loudspeaker. Dual connectors shall work with 2-8 ohm or 70V loads. Bridge-mono connectors shall work with 4-8 ohm or 140V loads. --/-- HiQnet USB Connector: Type B, connects to a USB port on a PC. The amplifier shall have AT LEAST the following specifications:Output Power with 0.5% THD: 2 ohm Dual (per channel): 1,000W with 1% THD, 4 ohm Dual (per channel): 800W, 8 ohm Dual (per channel) 475W, 4 ohm --/-- Bridge-Mono: 2,000W with 1% THD, 70V Dual (per channel): 800W, 140V --/-- Bridge-Mono: 1,600W. --/-- Frequency Response: +0/?1 dB from 20 Hz to 20 kHz at 1 watt into 4 ohms. --/-- Load Impedance: Safe with all types of loads. Rated for 2 to 8 ohms in Dual mode, 4 to 16 ohms in Bridge-Mono mode. --/-- Sensitivity: 1.4V. --/-- Signal to Noise Ratio (below rated 8-ohm power at 1 kHz): 100 dB (A weighted). --/-- Input Stage: Input is electronically balanced and employs precision 1% --/-- Dimensions shall be EIA Standard 19-in. rack mount width (EIA RS-310-B), 3.5in. (8.9 cm) high and 12.25 in. (31.11 cm) deep behind mounting surface., 5, EA; LI 005, Audio Equipment Rack with power distribution systemRack must be EIA Standard 19-in and support not less than 3 standard sized EIA components, 4, EA; LI 006, ******BRAND NAME OR EQUAL*******Programmable Timer--Manufacturer: TOA Model #TT-104BUnit must have: Power Requirements 110V to 120V AC 50/60 Hz, Program Capacity - 30 steps per channelProgrammable items - Day of the week, hour, minute, output channelNumber of Channels - 4 channels (A, B, C, D)Output System - No-voltage (dry) make contact (5 seconds make output)Contact Capacity - 24V DC, 0.5AClock Accuracy - ?5 seconds per month (25?C)Items Indicated in Display Day of the week, hour & minuteSpecial Functions - Entire program cancellation, Output switchover, and Pause mode Dimensions - 1.8 (H) x 16.5 (W) x 9.0 (D) inches, 44.5 (H) x 420 W) x 228 (D) mm, 1, EA; LI 007, Mounting Bracket to support the TOA TT-104B program Timer or EQUIVALENT. Mounting bracket will be attached to EIA Standard 19in Rack, located at the systems origination point (a location which will be controlled by the Government, and where all audio sounds will be transmitted from, to each remote site), 1, EA; LI 008, ******BRAND NAME OR EQUAL*******Manufacturer:Premier TechModel #SMP-1304Audio Player Unit-- Unit must 100 % Fully Digital System, MP3 audio loads to unit w/USB drive, Stores up to four (4) messages for triggered play, Audio is stored in non-volatile Flash memory, Messages are triggered with standard DIN cable, 600 ohm (line out) and 8ohm (amplified) RCA-type output, 1, EA; LI 009, FURNISH/INSTALL/DOCUMENTATION/WARRANTY--Install all equipment IAW with the Statement of Work. All equipment and workmanship to include no less than a one year warranty, for repair of the system. Documentation must include all manufacturer's supplied specifications/documentation/warranties and schematics and drawings of the system as installed., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Belvoir intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Belvoir is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90236f6fb313a2670851a42ba1d62456)
 
Place of Performance
Address: Fort Belvoir, VA 22060
Zip Code: 22060
 
Record
SN02568586-W 20110910/110909001702-90236f6fb313a2670851a42ba1d62456 (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.