SOLICITATION NOTICE
67 -- Audio/Visual Equipment
- Notice Date
- 7/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
- ZIP Code
- 66442-0248
- Solicitation Number
- W911RX-06-T-0063
- Response Due
- 8/7/2006
- Archive Date
- 10/6/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers ar e being requested and a written solicitation will not be issued. Solicitation W911RX-06-T-0063 is issued as a request for quotation (RFQ). This solicitation is a small business set aside under NAICS 334310 with the small business size standard of 750 emp loyees. Please quote on the following items, or equal CLIN 0001: Hitachi 55inch Plasma 55HDT52, Qty 4. CLIN 0002: Omnimount U3T plasma wall mounts, Qty 4 CLIN 0003 Electrovoice EVID 6.2T Speakers, Qty 5 . CLIN 0004 QSC P OWER AMPLIFIER, ISA300TI , Qty 1 . CLIN 0005 TOA AM/FM TUNER WITH MOUNTING BRACKET KIT, DT930MB-15B, Qty 1 . CLIN 0006 MARANZ 5 DISC CD PLAYER, PMD371 , Qty 1. CLIN 0007 RANE SIGNAL PROCESSOR, CP64, Qty 1. CLIN 0008 RANE SECU RITY COVER FOR SIGNAL PROCESSOR, SPC2 , Qty 1. CLIN 0009 BROADCASTVISION FM WIRELESS TRANSMITTERS, FM3000, Qty 4. CLIN 0010 LOWELL WALL MOUNT SHELVES, FS18-14 , Qty 4. CLIN 0011 TERK AMPLIFIED AM/FM ANTENNA, PROFM50, Qty 1. CLIN 0012 SHIPPING AND INSTALLATION , Qty 1. Additional Information: a. Plasma wall mounts must be supplied to contractor doing interior renovation of the facility for installation. All other installation of sound system for the fitness area in gymnasium and 4 plasma TVs with FM transmitter, are part of the above cost. b. Vendor must meet or exceed the requested technology. c. Vendor must meet or exceed all warranti es described per each item of equipment requested. d. Installation must be accomplished by qualified technicians. e. Vendor must ship to and install directly to Robinson Fitness Center, Bldg 7832. Area of installation is on ground floor and double doors (approximately 72m wide) are accessible. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The following provisions and clauses are applicable: 52.211-6 Brand name or equal. 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offer or Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses tha t are applicable to the acquisition: 52.219-6 Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference. 252.212-7001 Contract Te rms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.204-7 004 Required Central Contractor Registration. 52.000-4000 Alternate Dispute Resolution. 5152.233-9000 ACA Executive Level Agency Protest Program. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database , your registration must indicate that you are a provider of NAICS 334310 under the Goods Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company d oes not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, including NAICS 334310 in the Goods Services section, the C ontracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number ; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; CAGE Code; DUNS number; and Taxpayer Identification Number (TIN). Also, if quoting on an equal i tem, literature clearly showing that the product quoted matches the recommended brand (color, design, and material) must be submitted in order for your quote to be considered. Quotes may be emaile d to laura.strifler@riley.army.mil . Quotes and applicable literature must be received at ACA, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442 no later than 10:00am central time on 7 August 2006. Person to contact for additional in formation regarding the RFQ is Laura Strifler, Contract Specialist, (785)239-5604, laura.strifler@riley.army.mil.
- Place of Performance
- Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS
- Zip Code: 66442-0248
- Country: US
- Zip Code: 66442-0248
- Record
- SN01102268-W 20060802/060731221807 (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 |