Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

58 -- Chapel Sound System

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Building 2-1105, Macomb Street, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
0010016588
 
Response Due
9/17/2010
 
Archive Date
3/16/2011
 
Point of Contact
Name: James Brown III, Title: Contract Specialist, Phone: 910-907-5701, Fax:
 
E-Mail Address
james.clarence.brown@conus.army.mil;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 0010016588 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-17 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310 The USA ACC MICC Fort Bragg requires the following items, Brand Name or Equal, to the following: LI 001, 12" Full rnge 2way spkr sy 60x40 degree, 6, EA; LI 002, Horz. Array Frame, 3IF/2112W Spkrs White, 2, EA; LI 003, Dual 15" subwoofer power 1400W White paint, 2, EA; LI 004, Dual Channel Audio Amp, 6, EA; LI 005, 2 way, Full Range monitor Spkr, Non/Pwr, 12" w/ Horn, floor wedge, 8, EA; LI 006, Audio Amp, dual chan, EE engine Tech, YS, 4, EA; LI 007, Programmable DSP Engine, Yamaha, Part# DME64N, 2, EA; LI 008, 16 Chan Perform & Record Console 32 Chan, Digital, Presonus, 4, EA; LI 009, 16 AWG Twisted Pr. Spkr. wire 1000 ft, 2, EA; LI 010, 14 AWG Strnded Spkr Wire for subwf 250ft, 2, EA; LI 011, Lptp,15.6 Scrn, FW Prt 500 GB Hd, 4GB W7, 2, EA; LI 012, Yamaha MM8 Motif 88key Dig Piano Kybrd, 1, EA; LI 013, Nord Lead Stage Keybord, 1, EA; LI 014, X7 Pacific Drum Kit & 6 Drum Heads Set, 2, EA; LI 015, 22 AWG Shield Mic/Lin Cable 2000 ft, 2, EA; LI 016, 15' Yamaha AES Cbl, 2x25D Sub25 Pin Con, 2, EA; LI 017, 16CH Line Input Mod w/16in/16thru1/4 TRS, 2, EA; LI 018, 2U Rck Mnt 8PortaNet Dist.8 Int pwr sup, 2, EA; LI 019, Personal Mixers, 8, EA; LI 020, Mic Stand for A16 Pers Mon Mixer, 8, EA; LI 021, Mic Stand Side Bar Ext Bracket, 4, EA; LI 022, Mic Stand w/round base-Black, 4, EA; LI 023, Sound Isolating Earphones, 8, EA; LI 024, 1000ft Cat 5e unshield twist 4pr wire, 2, EA; LI 025, 4 single plate flr pckt w/cble K plate, 8, EA; LI 026, Lot, Hardware, Connectors, Cables, 2, Bundle; LI 027, 2000 Series Flr Pockt w/KK Series Insert, 2, EA; LI 028, XLR Female, Neutrik NC3FDL-1, 16, EA; LI 029, Mounting hardware for connectors, 4, EA; LI 030, 20 Space Black Laminated Rack w/top, 2, EA; LI 031, Power conditioning Surge Protector, 2, EA; LI 032, Delivery, Installation and Setup, 2, EA; LI 033, On Site Testing and Training, 2, EA; LI 034, Description of identical work to be completed at both Faith Chapel and Wood Chapel, Fort Bragg, NC 28310- Contractor shall run speaker wire to all locations to the Main speaker cluster location and to the floor pocket locations. Cat5 cabling will also be run from the booth location to the rack location behind the stage and from the stage to the floor pocket locations for the Aviom monitor system. Existing microphone inputs and microphone lines will be reused. Contractor shall construct a frame work for hanging the main speaker cluster at the ceiling just forward of the communion table. Contractor shall then build and suspend the cluster, including the dual 15 subwoofer from the framework just forward of the communion table using industry standard safety techniques and hardware. The amplifiers, digital signal processor and the Aviom A-Net distributor will be mounted in the existing rack off of the stage area in such a way as to shorten the speaker wire runs and lessen the number of Cat5 runs from the booth. The Yamaha digital signal processor will be programmed and used to equalize the output of the system to correct for room audio anomalies. The floor pockets for microphone inputs, data for the Aviom monitor system and speakers outputs to the floor monitors will be installed and terminated. Lastly, the first of a two phase training process will be conducted with key operators to familiarize them with best practices for operation of the system., 1, EA; LI 035, Site visit was conducted on 14 September 2010 at 10:00 am. The site location is Wood Chapel which is on Addennes Street, Fort Bragg, NC 28310. The second chapel, Faith Chapel, is identical so there will be no need to visit., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/615b67ed6baefa901d49de54640309fc)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310-5000
 
Record
SN02283914-W 20100917/100916000905-615b67ed6baefa901d49de54640309fc (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.