SOLICITATION NOTICE
99 -- PA System - Statement of Work
- Notice Date
- 5/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q2EM8312A001
- Archive Date
- 6/10/2009
- Point of Contact
- Jeff Fithen, Phone: 302-677-4969, Pamela K Alston, Phone: 302-677-5042
- E-Mail Address
-
jeff.fithen@dover.af.mil, pamela.alston@dover.af.mil
(jeff.fithen@dover.af.mil, pamela.alston@dover.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 written solicitation will not be issued. Firm fixed pricing is requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 20 Apr 2009. This posting is to inform potential providers that Dover Air Force Base, Delaware has a requirement for the following: 1.) Two (2) each 3-way medium throw speaker system 132 DB-SPL. Community model # R2-474 or equal. 2.) Three (3) each power amplifier 600/600/250 watts at 8/4(70V)/2 ohms. Crown model # CTS1200 or equal. 3.) One (1) each UHF wireless combo system, UR4D, double LAV and SM58 HH. Shure model # UR124DSM58 or equal. 4.) One (1) each DSP processor, 8 mic/line input x 8 output, blu-link. BSS Audio model # BLU160-8X8 or equal. 5.) One (1) each IP intercom exchange 16 station capacity, 1 speech link, 80 unit. TOA model # N8010EX or equal. 6.) Sixteen (16) each industrial handset master station. TOA model # N8020MS or equal. 7.) One (1) each surgex surge suppressor with remote, 15 amp rack mount, 1 space. New Frontier model # SX115-RT or equal. 8.) One (1) each solid top for wrk, mrk and vrk racks. Middle Atlantic model # MWST or equal. 9.) One (1) each 24 space, 27" deep stand alone rack with rear door. Middle Atlantic model # WRK24SA-27 or equal. 10.) One (1) each skirted wheelbase, fits 27" deep wrk's, includes casters. Middle Atlantic model # CBSWRK-27 or equal. 11.) One (1) each vented front doors, fits 24 space dwr, mrk and wrk series rack. Middle Atlantic model # VFD-24 or equal. 12.) One (1) each programmable zone controller with rotary volume, black. BSS Audio model # BLU8BLK or equal. 13.) Two (2) each power relay, 120V 15A. Furman model # MINIPORT 15 or equal. 14.) One (1) each RP rack input plate 2-1/4 (TRS) and 2-FLXR and 2-MXLR. 15.) One (1) each lot wires, connectors and hardware. 16.) One (1) each custom removal of TOA EXES2000 system with 16 handsets. 17.) One (1) each installation of PA component parts inside hangar 711, rental of man-lifts to perform work of removal/install, travel costs. PLEASE REVIEW ATTACHED STATEMENT OF WORK. A SITE VISIT WILL BE HELD ON 21 MAY 2009 AT 2:00 PM EST. PLEASE RSVP NO LATER THAN 12:00 PM EST ON 20 MAY 2009 BY EMAILING SrA JEFF FITHEN AT JEFF.FITHEN@DOVER.AF.MIL. PLEASE INCLUDE NUMBER OF PERSONS ATTENDING IN THE EMAIL. The details of contract: ONLY SMALL BUSINESSES ARE ELIGIBLE FOR AWARD. The North American Industry Classification system code is 334310. The small business size standard is 750 Employees. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses that are included with this contract are FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.204.7004, Required CCR Registration; DFARS 252.225-7000, Buy American Act and Balance of Payments Program (submit certification with quote); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions or Commercial Items; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and DFARS 252.232-7003, Electronic Submission of Payment Requests and AFFARS 5352.201-9101, Ombudsman. THE RESPOND NO LATER THAN DATE FOR THIS SOLICITATION IS 26 MAY 2009 AT 12:00 PM EST. All quotes must be formatted according to the line item breakout listed above. Late responses will not be considered. The point of contact for this requirement is SrA Jeff Fithen, 436 CONS/LGCB, 639 Atlantic Street, Dover AFB DE 19902-5639. Phone: 302-677-4969. FAX: 302-677-5217. E-mail: jeff.fithen@dover.af.mil. Quotes may be e-mailed, faxed or mailed to 436th Contracting Squadron/LGCB, Attn: SrA Jeff Fithen, 639 Atlantic Street, Dover AFB DE 19902-5639. Oral quotes will not be accepted. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Award will be made on best value based on price and delivery. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training information available at no cost is located at http://www.wawftraining.com.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2EM8312A001/listing.html)
- Place of Performance
- Address: Dover AFB, Dover AFB, Delaware, 19901, United States
- Zip Code: 19901
- Zip Code: 19901
- Record
- SN01821036-W 20090520/090518234835-3080ac355dbc25df6d8f9d014ad5d47c (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 |