Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2009 FBO #2644
SOLICITATION NOTICE

65 -- Audio Booth for Noise Control

Notice Date
2/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FM441882690088_19_2_09
 
Archive Date
3/17/2009
 
Point of Contact
Thomas R. Buena,, Phone: 843-963-3327, Joshua C. Brock,, Phone: 8439635856
 
E-Mail Address
thomas.buena@charleston.af.mil, joshua.brock@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FM441882690088_19_2_09 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 339112 with a 500 employee size standard. (v) Contractors shall submit a quote for the purchase of an Audio Booth and a quote for the installation. All responsible sources may submit a quotation, which shall be considered. (vi) Please quote the following FOB Destination to Purchase and Install: An Audio Booth that will be used to reduce the noise while personnel are completing hearing exams. The booth shall be no larger than 8ft long by 6 deep. The door will be on the 8ft side of the booth. Facing the door from the outside of the booth, the hinges will need to be on the left side, with the door opening out, not into the booth. This Booth must include Four Station single wall Audiology station jack panels for headphones and hand switches, master jack panel outside booth adjacent to door, sliding fabric curtain test station dividers, padded stools at each station, 32 inch clear opening door with 24 inch by 18 inch window, two (2) recessed incandescent lights, switches for fans and lights, fan powered ventilation system, two (2) exhaust fans, roof mounted with passive supply, wall mounted, and standard isolation floor with carpet (4 inch floor with 2 5/8 inch rails, 6 5/8 inch step up). This should be a single wall unit. All electrical parts need to be UL & CSA approved for 120 volts, 12 amps & 60 hertz. Color: Beige or similar. This is a brand name or equal requirement. Reference FAR Clause 52.211-6 (b), "(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification." (vii) Please Deliver and Install at the Following Address FOB Destination: Medical Supply Office 204 West Hill Blvd, B364 Charleston AFB, SC 29404-4704. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical factors are approx. equal to price. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition-Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • 52.222-50, Combating Trafficking in Persons. • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman ; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 2 March 2009 by 12:00 noon Eastern Standard Time. Requests should be marked with solicitation number FM441882690088_19_2_09. (xvi) Address questions to Thomas Buena,Contract Specialist, at (843) 963-3327, fax (843) 963-5183, email thomas.buena@charleston.af.mil or Joshua Brock, Contracting Officer, Phone (843) 963-5197, email joshua.brock@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=25d0dfc1e09f17174a437dd966dc4448&tab=core&_cview=1)
 
Place of Performance
Address: Medical Supply Office, 204 West Hill Blvd, B364, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01753389-W 20090221/090219220703-25d0dfc1e09f17174a437dd966dc4448 (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.