Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2004 FBO #1029
SOLICITATION NOTICE

70 -- Upgrade Video routing and audio in ACSC, Barnes Auditorium, MAFB, AL

Notice Date
9/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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-F73ACS42461900
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number F73ACS42461900 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040625. The North American Industry Classification System code is 334310 with a small business size of 750 employees. This acquisition will be issued as a 100% Small Business set aside. Listed herein is the requirement that we are requesting. CLIN 1900: Upgrade Video Routing and Sinal Conditioning to include the following items: twin-7.9in LCD monitors, 17in rack mounted monitor, combination DVD/VHS VCR, Extron AV and RGB routers, programming as required for the AMX system. CLIN 1901: Time Zone Clock (mount and install) to include: BRG milti-zone time clock, at least 4-different time zones CLIN 1902: Camera control and Pan/Tilt System (mount, install, and program) CLIN 1903: Purchase and install NEW speaker distibution system to include the following; mixing board, amplifiers and subwoofer subsystem. Items must be equal or greater than the following items: Crest XR-20 Tack mountable mixing board, Apogee digital power amplifiers for SSM speakers and four(4) SSM mounted speakers. (They are to be mounted to cover the entire room.) Rane AD22d digital delay, Rane RPM-26z multizone digital audio processor, and two(2) Shure U14D/84 series UHF mulit-channel, professional wireless lavaliere systems. CLIN 1904: Purchase and install a new control console and racking system CLIN 1905: Install necessary cable, hardware and connectors necessary to complete system. CLIN 1906: Rack monitoring system. IF YOU ARE QUOTING A PRODUCT MANUFACTURED BY A LARGE BUSINESS, THIS NEEDS TO BE STATED; PRODECT MANUFACTERED BY A LARGE BUSINESS. THE SMALL BUSINESS MANUFACTER RULE APPLIES TO THIS REQUIREMENT. This can be found at FAR 19.102(f) and FAR 19.502-2(c) Total Small Business Set-Asides. This system is to integrated with the equipment all ready in-place. It must be compatible with existing equipment and sound testing to ensure sound quality needs to be done upon completion of project. This does not need to be a scientific sound test. The sound needs to be even across the room, that is what we are looking for as the end result. THE PROPOSAL MUST INCLUDE THE FOLLOWING: The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. Offerors MUST include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (May 2004); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The following clauses apply to this acquisition and is addended to add the following FAR clauses: The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The following DFARS clauses apply: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Jun 2004); 252.232-7003 - Electronic Submission of Payment Requests (Jan 2004); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2004) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2003). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Potential vendors MUST be registered in Wide Area Work Flow. This is for electronic invoicing located at: https://wawf.eb.mil/ Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. If you have any questions regarding this requirement please contact TSgt Derrick Percival at (334) 953-6218, e-mail: derrick.percival@maxwell.af.mil; Barbara Dobbins at (334) 953-6776, e-mail barbara.dobbins@maxwell.af.mil. All quotes must be for products stated, partial quotes will not be considered, award will be made on an all or none basis. Responses/Offers are due by the close of business (3:00 PM CDT) on 28 SEP 2004. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax (334) 953-3543, e-mail to TSgt Percival at the above address, or mail to 42 CONS/LGCB-1, Attn: TSgt Percival, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: ACSC/DEOA, 225 Chennault Circle, Maxwell AFB, AL
Zip Code: 36112
Country: USA
 
Record
SN00676525-W 20040920/040918211546 (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 |
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.