SOLICITATION NOTICE
70 -- AUDIO VISUAL BLDG 1004 Conference room
- Notice Date
- 7/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G2DA9112A001
- Point of Contact
- Samantha Jo DeLucia, Phone: 702-652-9564, Eloisa C. Salvatera, Phone: (702)652-9576
- E-Mail Address
-
samantha.delucia@nellis.af.mil, eloisa.salvatera@nellis.af.mil
(samantha.delucia@nellis.af.mil, eloisa.salvatera@nellis.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. SOLICITATION #: F3G2DA9112A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 423410 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 100 employees Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: Audio Visual for Creech AFB Bldg 1004 Conference room and briefing Theater 1Lot; Audio/Video for Creech AFB, Bldg 1004, Conference Room. 6'x8' flush mount electric screen w/low voltage controller for screen. Projector w/ 4000 lumens, XGA resolution. Suspended Ceiling Adapter and Projector mount. High-end ceiling mounted speakers x 6. Rack w/all mounting hardware, power supply, and locking plexi-glass door. High-end DVD/VCR combo. 58" Plasma display x 2. Secure wall mount for plasma x 2. Wireless Color Touch Screen Controller wth docking station. Audio amplifier 70v. Control Center with matrix switching for 2 PC and 2 video imputs, any source to any screen at any time includes custom programming. Custom cables for computer, video, audio and control panel. Electrical A/C power and conduit to screen, projector, plasmas, and speakers. Installation of plasmas, screen, projector, control system, speakers, cables. Complete integration and setup, cable termination, alignment convergence, field testing, hand off training and system orientation. Audio/Video for Creech AFB, Bldg 1004, Briefing Theater.6000 Lumen, XGA Projection System. Low Voltage controller for existing screen. Suspended ceiling adapter and projector mount for projector. JBL control 28 surface mount speakers x7. In-wall Sub-woofer x2 with matched pro amplifier 600w. 600 amplifier x4. 7.1 surround processor. 8" wireless color touch panel w/docking station. mulitimedia presentation system includes all interconnects and custom programming. Quick media flip top media center. Media receiver. Power supply. Communication distribution block. Document camera. High-end DVD/VCR combo. 42" custom media lectern in choice of finish w/computer cabinet, hidden document camera shelf and computer pass through. Rack for audio amplifiers. Rack for system. High-end 18" x 12" 600w speakers x12. Audio Amplifier. Wireless microphone system. Wireless handheld microphone system. Wired gooseneck mircrophone. Mic mixer. Rack mount kits for microphones. Custom cables: computer, video, audio, and control panel. Electrical including additional A/C power and conduit to all locations. Installation of projector, control system, speakers, cables. Complete integration and setup, cable termination, alignment convergence, field testing, hand off training and system orientation. 58" plasma x2. Mounting brackets for plasmas x2. Additional power and conduit for 58" plasmas. Plasma cables: computer and video. Distribution afmplifier for computer and video. Installation of x2 plasmas. Complete integration and setup, cable termination, alignment convergence, field testing, hand off training and system orientation. There will be a site visit on Thursday 30 Jul 2009 at 09:00 am PST. The site visit will take place at Bldg 1004 Creech AFB, Nevada 89018. First we'll meet at the visitor center (right off the 95 past the Welcome to Indian Springs sign) 20 minutes prior for the issuance of visitor passes. Attendance is strongly recommended as pertinent information is exchanged during the site visit and minutes will not be posted. Interested offerors shall notify me of intent to attend the site visit no later than 29 Jul 2009 at 12:00 pm PST. Please e-mail me at samantha.delucia@nellis.af.mil to RSVP for the site visit. Interested parties shall also submit full name, social security number and date of birth for admittance onto the base. Any person that does not RSVP will not be allowed to attend this site visit. If you require driving directions please feel free to e-mail me in advance and I will be happy to provide you with them. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-32 effective 14 May 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.237-1 - Site Visit, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to samantha.delucia@nellis.af.mil no later than 6 Aug 09, 12:00 pm PST. The anticipated award date will be by 11 Aug 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G2DA9112A001/listing.html)
- Place of Performance
- Address: Creech AFB, Indian Springs, Nevada, 89018, United States
- Zip Code: 89018
- Zip Code: 89018
- Record
- SN01887718-W 20090729/090727234607-4fe9264e4bafbd1b926fc81602d9a88d (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 |