Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
SOLICITATION NOTICE

N -- Dining Facility Audiovisual Equipment Installation

Notice Date
8/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USPFO for Nevada, 2452 Fairview Drive, Carson City, NV 89701-6807
 
ZIP Code
89701-6807
 
Solicitation Number
T-12-2001
 
Response Due
9/14/2012
 
Archive Date
11/13/2012
 
Point of Contact
Paul Ochs, 775-788-9350
 
E-Mail Address
USPFO for Nevada
(paul.ochs@ang.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 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. This synopsis/solicitation is issued by the Nevada Air National Guard (NVANG) as a Request for Quotation (RFQ) under solicitation number W9124X-12-T-2001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, dated 18 May 2012. The NVANG, located adjacent to the Reno/Tahoe International Airport in Reno, Nevada, has a requirement to purchase and install various audiovisual components in order to facilitate conferences and training sessions within the Nevada Air National Guard Base's Dining Facility (DFAC). This solicitation, numbered W9124X-12-T-2001, is set aside 100% for small businesses. The associated NAICS code is 238210 with a small-business size determination of $14.0M. Attendance of the scheduled site visit is mandatory in order to be considered for award. The site visit will be held on Thursday, 80 August 2012 at 10:00am; attendees should check in with 152d Airlift Wing Contracting Office. In order to gain access to the installation, you will need to provide the first and last names of all attendees and a copy of a government-issued identification card to the email address below. Requests should be submitted no later than two (2) business days prior to the site visit. The Proposed Contract Line Item Numbers (CLINs) are provided below; in accordance with DFARS 252.204-7011, offerors are invited to propose a CLIN structure that is economically and administratively advantageous to the Government and the Contractor. CLIN 0001 (priced). One (1) each, build or install locking cabinet with locking doors for securing all installed equipment. Desired material is oak/wood; other materials are acceptable. CLIN 0002 (priced). One (1) each, mixing board; minimum capability of controlling twelve (12) channels. CLIN 0003 (priced). One (1) each, audio receiver, media controller or amplifier; minimum capability of audio input for MP3 and broadcast AM/FM radio. CLIN 0005 (priced). One (1) each DVD/CD player, target capability to include Blu-Ray playback. CLIN 0006 (priced). Two (2) ceiling-mounted projectors and mounting equipment. Minimum capabilities of VGA, RCA and HDMI input, remote controlled operation. CLIN 0007 (info). Four (4) each wireless microphones with feedback control. CLIN 0007AA (priced). Two (2) each, hand-held, stick-type microphones. CLIN 0007AB (priced). Two (2) each, hands-free, lavalier-type microphones. CLIN 0008 (priced). One (1) each, video splitter/controller; minimum capability of distributing signal to any combination of four (4) TVs and two (2) ceiling-mounted projectors. CLIN 0009 (priced). Twenty (20) each, ceiling-mounted, recessed speakers. CLIN 0010 (priced). One (1) each, motorized, electrically retractable screen; minimum capability of maintaining 16:9 aspect ratio with minimum dimensions of 6-feet high and 8-feet wide. CLIN 0011 (priced). Two (2) each, remote input locations; minimum capability of RCA and VGA video inputs, and mini-jack and RCA audio inputs. CLIN 0012 (priced). One (1) each, labor and materials for the installation and setup of equipment, to include all necessary connectors, cables, switches, in-wall boxes, faceplates, etc., to facilitate the operation of the audiovisual system. CLIN 0013 (priced). One (1) each, operation manual or instructions; target inclusion of simplified visual aid to instruct on proper operation. CLIN 0014 (option). Four (4), high-definition televisions and mounting equipment; minimum size 50", target capability 1080P resolution. The target delivery date for this requirement is 45 days after award of contract. All deliverables and services shall be directed to: F8F3SV - 152d Services Flight NVANG Dining Facility, Building 111 1776 National Guard Way Reno, NV 89502-4415 See attached documents for applicable FAR/DFARS Provisions and Clauses. This requirement is subject to the availability of funds. Therefore, the Government reserves the right to cancel this solicitation either before or after the closing date. All respondents must have a valid, unexpired registration in the System for Award Management ("SAM") as of the close of the solicitation period. This system, formerly known as Central Contractor Registration ("CCR"), has been incorporated with the Online Representations and Certifications Application ("ORCA"). Representations and Certifications must be current as of the solicitation's closing date and time. In order to be considered for award, all submissions must: Contain solicitation reference number. Be received by the time and date listed herein. The name, addresses, and contact information of the offeror. DUNS, CAGE, and Federal Tax ID numbers. Price and discount terms. Shipping costs if other than FOB destination. A remit-to address if different than mailing address. All warranty information. Estimated delivery date. Acknowledgement of solicitation amendments, if any, for acceptance offers. Quotations should be submitted to the 152d Airlift Wing Contracting Office no later than 2:00pm Pacific Time, Friday, 14 September 2012. Quotations may be submitted via first class mail to the address indicated above or in person to Building 400, Room C-100; please note that submission of facsimile or email proposals shall not be accepted. When submitting proposals, it is requested that respondents provide one electronic copy for long-term archive. Please reference Solicitation Number W9124X-12-T-2001. Discussions may not be held with offerors, therefore each offeror's initial quote should be complete and accurate. For information regarding this solicitation, or to submit your request for base access, contact MSgt Nick Ochs, Base Contracting Officer, 152 MSG/MSC at (775) 788-9350 or via email at 152aw.msc@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26/T-12-2001/listing.html)
 
Place of Performance
Address: F8F3SV - 152d Force Support Squadron 1776 National Guard Way Reno NV
Zip Code: 89502-4415
 
Record
SN02851721-W 20120825/120823235510-2df7752be0c410fa3fa6541890d82d55 (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.