SOLICITATION NOTICE
99 -- Upgrade current Paging system w/ 2 new locations within ACSC
- Notice Date
- 5/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-F73ACS30641100
- Response Due
- 5/17/2003
- Archive Date
- 6/1/2003
- Point of Contact
- Derrick Percival, Contract Specialist, Phone 334-953-6218, Fax 334-953-3543, - Barbara Dobbins, Contracting Officer, Phone (334)953-6776, Fax (334)953-3543,
- E-Mail Address
-
derrick.percival@maxwell.af.mil, barbara.dobbins@maxwell.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73ACS30641100 is being issued as Request for Quotation (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12, AFAC 2002-1122, AETC FAR Sup NOV 2002 Defense Federal Acquisition Regulation Supplement, and Defense Change Notice (DCN) 20030301. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% set-aside for small business. The North American Industry Classification System code is 513321 with a small business size standard of 1,500 personnel. Line Item 1100: 1 ea, Provide 2 additional paging systems for Air Command and Staff College (ACSC), Bldg. 1402, Maxwell AFB, AL. THE FOLLOWING IS THE STATEMENT OF WORK FOR THIS REQUIREMENT: Our office is requesting a paging system be installed in two (2) different locations; Rm. 1127 (Unit Control Center), and Command Section, Audio Visual Room/ Storage Room. The Unit Control Center is located on the first floor and is approximately 400-450 ft from the currently installed unit. The Audio Visual room is located on the second floor and is approximately 250 ft from the control room where the current system is located. Both rooms shall have a system that can be activated separately and independently. They shall all be tied together so they can disseminate information to various areas of the facility, and all units shall be able to send messages throughout the facility. The current system is an analog AMX paging system w/ AM/FM tuner connected. All units shall be compatible and shall include a tuner. AMX is the preferred unit, but an equal will be considered. If submitting a proposal with an equal unit, please state EQUAL. There will be no need for additional speakers as they shall be left in-place and additional units shall be integrated into the current system. AMX unit that is being considered is one with a touch pad, and shall be programmed by the contractor prior to completion of work. Training shall also be provided to the end-user and all applicable maintenance books and warranty information shall also be provided. All units shall include the following pieces of equipment: Push-to-talk microphone, All necessary cables and hardware to operate system, Separate Power supply, Volume Controller, Programmable system, 10 space Rack/ wall mounted rack, 5-CD player to be installed in the ACSC Remote Control Location. All necessary labor, essential materials required, and transportation, to complete the project. Contractor must be able to provide a quality sound system, not less than the current installed system. The audio quality shall not be degraded in any manner. INSTALLATION: In Room 1127, wiring shall be covered with conduit as it shall be placed on a cinder block wall and minimal wiring shall be exposed. Location in room is yet to be decided, and will be known prior to installation. In the Command Section, the unit is to be mounted on a wall mountable shelf (Contractor provided) and wiring shall be ran inside the wall, to limit the exposed wiring in the room. PERIOD OF PERFORMANCE: Work in the facility shall not begin prior to 10 Jun and shall be completed prior to 30 Jun 03. For a total of 22 Calendar Days. POINTS OF CONTACT INFORMATION: If you have any questions regarding this request, feel free to contact SSgt Derrick Percival @ 334-953-6218, E-mail: derrick.percival@maxwell.af.mil, or you may contact Major Wade @ 334-953-7611. If I am unable to answer any questions I will forward them to the end-user for answers and return them to you. Any questions regarding this request for proposal, please feel free to contact SSgt Derrick Percival @ 334-953-6218 or E-mail @ derrick.percival@maxwell.af.mil or Ms. Barbara Dobbins @ 334-953-6776 or E-mail @ barbara.dobbins@maxwell.af.mil. Offerors responding to this requirement, must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (July 2002), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. Clauses and provisions may be accessed via the internet, https://farsite.hill.af.mil or http://www.arnet.far.gov . The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 2000), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2001). The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002), is incorporated into this RFP and is addended to add the following clauses: 52.219-6, Notice of Small Business Set-Aside (Jul 1996), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Apr 2003), is applicable. The following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (E.O. 11755), 52.233-3, Protest after Award (31 U.S.C 3553), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), 52.222-41, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following FAR clauses also apply to this combined synopsis/ solicitation: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.223-5 Pollution Prevention and the Right-to-Know Information (Apr 1998), 52.252-6, Authorized Deviations in Clauses (Apr 1984), 52.247-64 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jul 2002), applies, 52.253-1, Computer Generated Forms (Jan 1991). The following DFARS clauses under paragraph (a) and (b) are applicable: 252.204-7003, Control of Government Personnel Work Product (Apr 1992), 252.204-7004, Required Central Contractor Registration (Nov 2001) 252.225-7001, Buy American act and Balance of Payments Program (Mar 1998); 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) 252-225-7012, Preference for Certain domestic Commodities (Apr 2003); 252.232-7003, Electronic Submission of Payment Requests (Mar 2003), 252.243-7002, Request of Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (May 2002), 252.247-7023 (Alt III), 5352.242-9000 Contractors access to Air Force Installations (May 2002) are also applicable. REQUEST ALL PROPOSAL REACH THIS OFFICE NLT 1500 hrs, 17 MAY 2003, and must be able to respond to the information contained herein. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight B, Building 804, Maxwell AFB AL 36112-6334, ATTN: SSgt Derrick Percival, fax number (334)-953-3543, or E-mail to derrick.percival@maxwell.af.mil or Ms. Barbara Dobbins fax number (334)-953-3543 or E-mail @ barbara.dobbins@maxwell.af.mil. Quotations must meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email any questions to SSgt Derrick Percival, Contract Specialist or Barbara Dobbins, Contracting Officer.
- Place of Performance
- Address: Air Command and Staff College, 225 Chennault Circle, Building 1402, Maxwell Air Force Base, AL
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN00322191-W 20030514/030512213344 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |