Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2006 FBO #1705
SOLICITATION NOTICE

59 -- MISC AUDIO VISUAL EQUIPMENT

Notice Date
7/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
6166A100
 
Response Due
8/10/2006
 
Archive Date
8/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in 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 separate written solicitation will not be issued. This is 100% small business set aside, NAICS code: 443112 Size standard: $8M. The purchase of the following Items listed below. To be delivered and installed IAW attached statement of work. Prices should be FOB Destination (Robins AFB GA 31098). Request delivery date is 30 days ARO. There is a site visit scheduled for 3 Aug 2004. Attendence is not required to submit a quote, if you will attend please e-mail james.simmons@robins.af.mil to notify. ITEM LIST: Training Room: 2 EA, 77? Smart-Board (SV680) w/ fixed wall mount (or equivalent) 2 EA, Toshiba 42? HD plasma (42HP66) (or equivalent) 2 EA, Fixed plasma wall mounts (or equivalent) 1 EA, Knoll HD Projector (HD-290) (or equivalent) 1 EA, Pro ceiling mount for projector (or equivalent) 1 EA, Toshiba DVD w/ HDMI and VHS (SD-V593) (or equivalent) 1 EA, Integra AV Receiver (DTR 4.6) (or equivalent) 1 EA, Paradigm speaker system (CT-70) (or equivalent) 1 EA, Monster reference power center (HTS-2600) (or equivalent) 1 EA, Universal master remote (MX800) (or equivalent) 1 EA, Paradigm real wood equipment rack (A40) (or equivalent) All required cables/connection material and installation b. Bunk Rooms: 25 EA, 27? Toshiba TV (27D46) (or equivalent) 25 EA, Norcent DVD players (or equivalent) All required cables/connection material and installation c. Fitness Room: 1 EA, 27? Toshiba TV (27D46) (or equivalent) 1 EA, Integra multi receiver (DTM 5.3) (or equivalent) 2 PR, Paradigm atom speakers (or equivalent) 2 PR, Mounting brackets for speakers (MB-60) (or equivalent) 1 EA, JVC, 5 CD carousel (or equivalent) 1 EA, Paradigm real wood equipment rack (A40) (or equivalent) All required cables/connection material and installation d. Rec Room: 1 EA, JVC, 52? TV w/ matching stand (D?ILA HD52G786) (or equivalent) 1 EA, Integra AV Receiver (DTR 4.6) (or equivalent) 1 EA, Toshiba DVD w/ HDMI (SD-5980) (or equivalent) 1 EA, Paradigm Cinema speaker system (CT-70) (or equivalent) 1 EA, Monster reference power center (HTS-2600) (or equivalent) 1 EA, Universal master remote (MX800) (or equivalent) All required cables/connection material and installation e. Day Room: 1 EA, Mitsubishi 73? TV w/ matching stand (MIT WD 73727 1080P) (or equivalent) 1 EA, Integra AV Receiver 7.1 (DTR 5.6) (or equivalent) 1 EA, Toshiba DVD w/ HDMI (SD-5970) (or equivalent) 1 KT, Paradigm Cinema speaker system (CT-110) (or equivalent) 1 KT, Paradigm Cinema rear ADP speaker (or equivalent) 1 EA, Monster reference power center (HTS-2600) (or equivalent) 1 EA, Universal master remote (MX800) (or equivalent) 15 EA, Berkline home theater seating, black micro fiber (088-47) (or equivalent) 1 SE, 3-level tiered floor w/ matching carpet for theater seating All required cables/connection material and installation Statement of Work For Fire Station 1,2,3,4, Audio Visual Renovation 1.0 INSTALLATION & SHIPPING 1.1 Contractor shall be an authorized dealer/installer for requested equipment. He/she will conduct a pre-installation walk through of the Fire Station prior to delivery and installation to get correct placement and knowledge of required transportation, labor and materials need to complete the task. He/she shall furnish all transportation, labor and materials necessary to perform the following: 1.1.1 Dayroom Conditions of installation, contractor will install a 73? TV with stand, surround sound system, a 16?x19? 3 tier carpeted raised floor with home theater seating, to include all cables, running of wire and setup of equipment. Design shall include all necessary materials and equipment to affect installation. Government will provide necessary power requirements. Design shall be in accordance with the given dimensions. The layout shall fit in the required floor space. Training on the equipment is required upon completion of installation. 1.1.2 Bunk Rooms (Sleeping quarters) Conditions of installation, contractor will install 25 TV?s and DVD player on to government provided ceiling mounted TV stands, to include all cables, running of wire and setup of equipment. Government will provide power outlets. 1.1.3 Training Room Conditions of installation, contractor will install 2 77? smart boards with wall mounts, 2 TV?s with wall mounts, a ceiling mounted projector, a surround sound system, to include all cables, running of wire and setup of equipment. Government will provide required power outlets. Training on the equipment is required upon completion of installation. 1.1.4 Fitness Room Conditions of installation, contractor will install 1 TV on to a government provided ceiling mounted TV stand surround sound system, to include all cables, running of wire. Government will provide required power outlets. Training on the equipment is required upon completion of installation. 1.1.5 Recreation Room Conditions of installation, contractor will install a 52? TV with stand, surround sound system, to include all cables, running of wire and setup of equipment. Government will provide power outlets. Training on the equipment is required upon completion of installation. 1.2 Contractor shall coordinate the installation dates with Robins AFB Fire Department Logistics Officer. 1.3 Contractor shall meet with necessary personnel to insure correct placement. He/she shall have examined the installation site to determine the conditions under which the work is to be performed. 1.4 Contractor shall provide all transportation, equipment and manpower required for complete delivery of all items to the site of installation. 1.5 The material specified shall be installed in different locations; locations will be given upon delivery to Building 378, Robins AFB, GA 31098. Exact locations shall be provided to the vendor prior to installation. The vendor shall be responsible for providing all necessary items required except utilities for the initial operation and demonstration of the entire system. Examples are as follows: power cables from equipment to government provided outlets. 1.6 The government shall be responsible for providing necessary space to stage equipment while installation is taking place. Contractor is to be warned that since this is an existing administrative area and not a new area, space is very limited. Aisles must be maintained for fire safety. 1.7 Contractor shall ship all materials required to complete installation at the time of installation. Partial shipments are not acceptable. All materials shall be delivered to Building 378. Contractor shall assume full product liability for damage during shipment/delivery to the customer and throughout installation. Contractor shall meet the shipment, unload, uncrate, and deliver the products to the installation area. If the contractor fails to show to accept delivery and the government chooses to accept delivery for the contractor?s convenience, the contractor?s liability remains intact. The contractor resumes full liability for damage until completion of the installation and acceptance by the designated government representative. 1.8 Contractor shall be bonded and responsible to repair any damage to facility caused by the contractor or his agents. 1.9 Working hours are 8:00 AM to 4:30 PM EST, Monday through Friday with the exception of federal government holidays and work curtailment days. Other hours of work may be arranged with the approval of the Logistics Office at no additional cost to the government. 1.10 The government shall not issue acceptance until the equipment is fully operable. 2.0 ACCEPTANCE OF EQUIPMENT 2.1 The inspection/acceptance of the equipment shall be by the Fire Chief and/of the Logistics Officer, acceptance shall be upon satisfactory operation and demonstration of the products. Demonstration and acceptance does not relieve the contractor from providing any other portion of this statement of work. The government expects all contractor provided items to be in good working order even if not directly demonstrated. 3.0 UTILITIES 3.1 The government shall provide all necessary power requirements. 4.0 CONTROLLED AREA REQUIRMENTS 4.1 This project involves work in a controlled area, and contractors must be US citizens. Escorts are not required for contractors during normal working hours. Any contractor remaining in the fire stations after normal working hours meet pre-arrange times with fire department personnel. 5.0 WASTE DISPOSAL Contractor shall remove all Styrofoam, plastic bags, and any other trash from cardboard containers. These trash items should be disposed in the nearest refuse dumpster located on the west side of Building 645 or taken back by the contractor. The cardboard containers shall be broken down and recycled in the cardboard recycling dumpster located on the west side of Building 645. Removal of large quantities of waste or cardboard boxes should be coordinated by the Government Representative by contacting 478-327-8906. All of the waste disposal instructions included in this paragraph shall be performed on a daily basis. The following clauses (current through FAC 2005-7, and DFARS Change Notice 20051209) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation). In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Quotations may be faxed to 478-926-7549 or email james.simmons@robins.af.mil no later than 10 Aug 2006, 4:00 pm EST. The anticipated award date will be by 15 Aug 2006,
 
Place of Performance
Address: ROBINS AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01098411-W 20060728/060726221018 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.