SOLICITATION NOTICE
N -- MXGConference Room A/V Equipment Installation
- Notice Date
- 3/13/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 62nd CONS, 100 MAIN ST, SUITE 2001 P O BOX 4178, McChord AFB, WA, 98438
- ZIP Code
- 98438
- Solicitation Number
- Reference-Number-F2Y2MG6041A100
- Response Due
- 3/24/2006
- Archive Date
- 4/8/2006
- Point of Contact
- Elizabeth Preston, Contract Administrator, Phone 253-982-9026, Fax 253-982-3656, - Linda Murphy, Contract Specialist/Contracting Officer, Phone (253) 982-8270, Fax (253) 982-3656,
- E-Mail Address
-
elizabeth.preston@mcchord.af.mil, Linda.Murphy@mcchord.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (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. Reference Number F2Y2MG6041A100 is issued as a Request For Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-05. This solicitation is 100% set-aside for small business. The associated Standard Industrial Classification Code (SIC) is 1731 and the North American Industry Classification System (NAICS) is 238210. The Small Business Size Standard is $13,000,000.00. The Statement of Work (SOW) for the MXG Conference Room Audio/Video Equipment Installation assigned to the 62d Maintenance Squadron, McChord AFB, WA is attached. See the SOW for additional information and specific guidance governing contract performance. Delivery requirements are project completion within 30 days of contract start date and FBO destination. A site visit of MXG Conference Room will be conducted 10:00 AM PST, 17 March 06, McChord AFB. Attendance is highly recommended in order for all prospective offerors to better understand the work required and current site conditions. All prospective contractors interested in attending the site visit must stop at the Main Gate Visitor’s Center between 9:30 AM and 10:00 AM to obtain a visitor’s pass. Interested parties should contact Liz Preston at 253/982-9026 or by e-mail at elizabeth.preston@mcchord.af.mil, prior to 4:00 PM PST on 16 March 06. All parties will need a valid driver’s license, registration and proof of insurance. Contractors not interested in attending the site visit but still interested in bidding on this contract are encouraged to contact Liz Preston at 253/982-9026 or by email at elizabeth.preston@mcchord.af.mil by 4:00 PM PST, 16 March 06 so applicable documents and other information addressed during the site visit may be disseminated. Request for Quotations (RFQ) should be submitted to: 62d Contracting Squadron, via mail:P.O. Box 4178, McChord AFB, WA. Quotes submitted should be for the entire job. Quote must be received no later than 4:00 PM PST, 24 March 06, and may be received by mail, FAX at 253/982-9026. Contractor must be registered in the Central Contractor Registration (CCR) http://www.ccr.gov/, prior to receiving award. Contractor must not be on the Excluded Parties List System (EPLS) http://epls.arnet.gov/. The following FAR and DFAR clauses, which pertain to this acquisition, may be seen in full text at: http://farsite.hill.af.mil The following FAR and DFAR Provisions and Clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. Offerors should indicate all line items separately for the listed services on the RFQ; FAR 52.212-2 Evaluation-Commercial Items, Evaluation criteria to be included in paragraph (a) of that provision – “BASIS FOR CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer provides the best value to the Government and lowest price”. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with offer; FAR 52.212-4, Contract Terms and Conditions – Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order – Commercial Items (Deviation); FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans; FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; DFAR 252.232-7003, Electronic Submission of Payment; FAR 52.233-3, Protest After Award and DFARS 252.204-7004, Required Central Contractor Registration; FAR 52.252-1 (DEVIATION), Solicitation Provisions Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es) http://www.farsite.hill.af.mil ; FAR 52.252-2 (DEVIATION), Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.204-7004, Required Central Contractor Registration (CCR). You are advised that all contracts to be awarded as a result of any solicitation issued 1 June 1999 or later requires the prospective awardee to be registered in the CCR Data Base. Registration is effective for a one-year period and it is the contractor’s responsibility to renew the registration yearly. Lack of registration in the CCR database will make an offeror ineligible for award. Offers and contractors may obtain information on registration by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Offerors must fill out Representations and Certifications on the ORCA website at http://orca.bpn.gov.; FAR 52.222-41 Service Contract Act of 1965, as amended. Dept. of Labor issued Wage Determination 94-2567 Revision 29, dated 05/23/05 is hereby made part of and incorporated into this solicitation; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. ***This statement is for information only; it is not a wage determination.*** Employee Class Monetary Wage Fringe Benefits Electrician, Maintenance $24.28 $8.01 Laborer $15.18 $5.00 STATEMENT OF WORK- 1. Introduction. This Statement of Work (SOW) defines the requirements for the contractor to provide equipment/supplies to install multimedia equipment in Room 2038, MXG/CC Conference Room, Bldg. 100, McChord AFB, WA. 2. General Requirements. All additional contractor provided equipment/supplies shall be new. The contractor shall terminate any new cabling installations within the telecommunications room and label the cables, face-plates and patch panels IAW ANSI/TIA/EIA-568B and 569B. All cabling should be fished through the walls and wall mounted face-plates installed to support new communications cabling terminations. Blueprints will be provided at the site visit. Contractor shall furnish and install one projection screen (8ft. wide x 6ft. long) in the T-Bar ceiling with wall switch behind screen, one projector lift in T-Bar ceiling with wall switch beside screen. The contractor also shall provide conduit, wiring and devices for the above items which wiring shall not be visually exposed and provide data interface with the projector lift. 3. System Function and Performance Requirements. Provide a fully functional Multimedia Conference room with existing equipment and equipment/supplies provided by the contractor. No central remote will be installed. 3.1 Existing equipment. The following is a list of equipment that shall be provided by the government. The current market values of these equipments are stated for the purpose of calculating the Washington Use Tax. Brand-Boxlight model number CP 310T projector, $1,800 Brand 3M 9200IW Digital Wall Display (self contained projection system, smart board), $9,000 3.2 Equipment Requirements. Mount for Projector, Equipment rack (should be just large enough to hold equipment requested in the SOW), Cables and connectors, System Wall jack (will need to attach a computer to the projector and the 3M Smartboard. It must be upgradeable for standard composite RCA jacks for possible upgrades (DVD, VCR, etc.)), Motorized drop down screen (8’ x 6’) operated by wall mounted switch, Drop down projector housing and the computer needs to connect to the 3M Smartboard at the back of the room and the projector 3.3 Misc. Equipment This is to include any items required to install, connect, route, and professionally dress the equipment to include, but not limited to, mounts, bolts, washers, screws, Panduit ® or molding for wire runs. 4. Installation Testing. When completed, the contractor shall test and confirm that the system is running correctly and shall correct any errors found. Acceptance shall be determined by government representative from 62d Communication Squadron Multimedia work center during the testing. 4.1 Deliverable Schedule. Deliverable #1 – The contractor shall provide a preliminary Installation Plan (to include technical solution, List of Materials (LOM), cost (broken down in detail), and project schedule), as part of the proposal in response to this SOW. The contractor shall update the Installation Plan based on final proposal content and Government questions and directions. The contractor shall deliver the final Installation Plan, seven (7) calendar days after award of contract. The contractor shall have the information delivered to the 62d Contracting Squadron (via mail: Attn: Liz Preston, P.O. Box 4178, McChord AFB, WA 98438-0178 or fax: 253-982-3656). Deliverable #2 – The contractor shall acquire, install, and test system equipment as outlined in the Installation Plan. 4.2 Hours of Work. The contractor shall perform all work during normal working hours (7:30 AM to 4:30 PM, PST), Monday through Friday. 4.4 Period of Performance. Project must be installed, tested and completed within 30 calendar days from the date of contract award. Request For Quotation (RFQ) Item Number Description Price 0001 Projection Screen (8 ft. x 6 ft.) _____________________ 0002 Projector Lift in T-Bar Ceiling _____________________ 0003 Two Wall Switch (Screen/Lift) _____________________ Conduit, wiring and devices for above items, provide data interface with the projector lift and 3M Smartboard wall display in back of the room 0004 WA Use Tax for Existing Equipments _____________________ Total $______________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/62CONS/Reference-Number-F2Y2MG6041A100/listing.html)
- Place of Performance
- Address: MXG Conference Room Room 2038, Bldg. 100 McChord AFB, Washington
- Zip Code: 98438
- Zip Code: 98438
- Record
- SN01005483-F 20060315/060313212151 (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 |