SOLICITATION NOTICE
58 -- PA Systems
- Notice Date
- 8/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- holt-FA4427-10-P-0246
- Archive Date
- 9/23/2010
- Point of Contact
- Joseph D. Holt, Phone: 7074247729, Elizabeth A Squires, Phone: 707-424-7761
- E-Mail Address
-
joseph.holt@us.af.mil, elizabeth.squires@us.af.mil
(joseph.holt@us.af.mil, elizabeth.squires@us.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. The solicitation number is F3Z3510201AC01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 08 Jul 2010; Defense DCN 20100820 effective 20 Aug 2010, and AFAC 2010-0402 effective 02 Apr 2010. This acquisition is 100% small business set-aside; The North American Industry Classification System (NAICS) code is 334220. The business size standard is 750 employees. The Federal Supply Class (FSC) is 5830. The Standard Industrial Classification (SIC) is 3663. Travis AFB has a requirement for a PA System. CLIN 0001 - All weather full range speakers 129 db SPL 200 Watt continuous rating 4 Each CLIN 0002 - 1400 watt power amplifier 1 Each CLIN 0003 - Rack case waterproof with snorkel venting 1 Each CLIN 0004 - 14 channel soundboard mixer 1 Each CLIN 0005 - Rack mounted CD/ipod player 1 Each CLIN 0006 - Hand held wireless micrphone with receivers 2 Each CLIN 0007 - Transmitter/receiver for wireless interconnect 1 Each CLIN 0008 - Powered directional antenna - 12Vdc 7dB directinal antenna 1 Each CLIN 0009 - Case for equipment 1 Each CLIN 0010 - Cables to connect and rigging hardware for speaker installation 1 Each CLIN 0011 - Installation 1 Each Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.232-18 Availibility of Funds. - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW item description; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-50 Combating Trafficking in Persons (August 2007). FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration (October 2003). FAR 52.233-4 Applicable Law for Breach of Contracts (October 2004). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). DFARS 252.232-7003 - Electronic Submission of Payment Request AFFARS 5352.201-9101 Ombudsman. FAR 52.237-1 Site Visit: A site visit is recommended for this solicitation. If you plan on attending, reply to Joseph Holt via email joseph.holt@us.af.mil or Fax; (707)424-5189 confirming your attendance, email perferable. Site visit will take place 01 Sep 2010 We will be meeting at the Travis AFB Visitor Center at 0840 to gather and take accountability. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure, you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Lodging maintenance personnel will direct contractor on windows requiring screen replacement. Please bring something to write with so you can annotate any questions you may have for the customer; bring tools/equipment or any additional items to help you obtain an accurate quote. Vendors are responsible for their own measurements. You are required to submit all of your questions in writing within 3 days of site visit and all of the questions and answers will be posted on FedBizOps. This is to ensure a fair solicitation process to all potential contractors. After the site visit we will evaluate the requirement and determine if a modification to the solicitation is needed. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189 NO LATER THAN 6 Sept 2010, 09:00 PM, PST and offers NO LATER THAN 8 Sept 2010, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Amn Holt, Contract Specialist, telephone 707-424-7729. Alternate POC is SSgt Squires, Contracting Officer, telephone 707-424-7761.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/holt-FA4427-10-P-0246/listing.html)
- Place of Performance
- Address: Travis AFB, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02256014-W 20100828/100826235801-d92b07e75255a6877f6daef8474aaafa (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 |