Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2006 FBO #1612
SOLICITATION NOTICE

D -- INTERCOM SYSTEM

Notice Date
4/24/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297406T8005
 
Response Due
5/1/2006
 
Archive Date
5/31/2006
 
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 and FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. M62974-06-T-8005 is issued as a Request For Quotation (RFQ). Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ?offer? or a derivative of that word appears, it is changed to ?quote? or a derivative of the word. Where the! word ?proposal? or a derivative of that word appears, it is changed to ?quote? or a derivative of that word. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This solicitation is 100% set aside for small business. The North American Industry Classification System Code (NAICS) is 611699 and the size standard is $5M. The Defense Priorities and Allocations System rating for this requirement is DO-C9E. A site visit will be offered at no expense to the Government on 27 April 2006 at MCAS Yuma, AZ 85369. POC: Frances Cerka 928-269-2632 for installation access and location guidance. CLIN 0001: High Powered 25 Station Intercom System (QTY 1). Provide and install at one location intercom system must be expandable to 75 stations be color coded for easy operation, provide for instant two way communications, 35 watt program channel, have instant emergency all rooms announcement capability, remote emergency paging capability, and have a compact low profile console. Intercom system components shall include the following: CLIN 0001AA: (QTY 1) remote paging microphone designed for industrial and commercial public address and paging applications with uni directional pickup pattern, push to talk or lift to talk operation, locking mechanism with push to talk bar for long announcements, 45hz to 15khz frequency response, and 7' 4 conductor/2 shielded cable.CLIN 0001AB: (QTY 25) two-position call in switches flush or surface mounted in standard single gang outlet boxes, heavy-duty long life color coded connecting leads, brushed aluminum faceplate, mounting screws designed for use with multi-graphic series systems, and momentary press to call. CLIN 0001AC: (QTY 1) ambient noise sensor system to monitor continuously ambient noise levels and electronically adjust the level of a page announcement and or background music so intelligibility is maintained. The system shall consist of a control module, a microphone module, and a power supply. CLIN 0001AD: (QTY 6) all environment loud speakers, 2 way design with high power handling, indoor and outdoor all weather fully sealed cabinet, and dual layer voice coil with separate inner and outer windings for high output with ultra low distortion. CLIN 0001AE: (QTY 25) ceiling tile drop-in speakers 2'x2' for use with both 2'x2' and 2'x4' suspended tile ceilings, fully enclosed, industrial grade steel construction, 70v/25v 4 watt transformer, (4,x,1,.5,.25) watt taps selected by rotary switch. CLIN 0001AF: (QTY 1) call in time zone module with enunciator latching control with simple plug in method operating mode set with jumpers and sup port brackets. CLIN 0001AG: (QTY 1) wall mounted telephone paging amplifier 100 watts with inputs for 600 ohm balanced telephone line LO-Z balanced microphone, background music, signal activated paging channel which automatically mutes background music, bass and treble controls, jacks for additional amplifiers, 120 v ac 60hz power source thermal and electronic over load protection. CLIN 0001AH: (QTY 1) voice activated relay to be activated when audio signal is detected at microphone pre amp or at 70v 25v or 600 ohm line level input. To be used for muting a sound system in response to a microphone or telephone page activation of accessory equipment or activation of a zone paging module. Contractor will be responsible for installing all required wire for proper connectivity throughout the intercom system. Labeling and testing for appropriate operation of system is required as well as one time on site training to key personnel on system's use and operational features. 3 year extended warranty on all equipment. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote represents the best value to the government considering Past Performance, Technical, and Price. The following clauses and provision(s) apply to this acquisition. FAR 52.212-1 Instructions To Offerors-Commercial Items; FAR 52.249-8, Default (Fixed-Price Supply & Service); FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items with the following applicable clauses for Para (b): (5) (i) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), (14) FAR 52.222-3 Convict Labor (JUNE 2003), (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006), (16) FAR 52.222-21 Prohibition of Segregated Facilities, (17) FAR 52.222-26 Equal Opportunity (APR 2002), (18) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era,! and Other Eligible Veterans (DEC 2001), (19) FAR 52.222-36 Affirmativ e Action for Workers with Disabilities (JUN 1998), (20) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), and (31) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clause for Para (b): DFARS 252.225-7036 Buy American Act ? Free Trade Agreements-Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.211-7003 Item Identification and Valuation. All responsible parties wishing to respond to this solicitation will be considered by the agency. Only written quotes are acceptable and must be identified by Solicitation number M62974-06-T-8005 and received by 2:00 PM MST on 1 May 2006 via fax or mail. Quotes shall include: (1) a letter signed by an individual authorized to bind the organization with a schedule of offered items to include unit and total price and two past performance points of contact (include company names and phone numbers) (2) completed copy of Offeror Representations and Certifications-Commercial Items, which may be downloaded at http://www.arnet.gov/far. Quotes can be sent via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Frances Cerka. Fedex quotes may be sent to I&L Contracting, Bldg 328W, 2nd Floor, Marine Corps Air Station, Yuma, AZ ATTN: Frances Cerka. Faxed quotes should be sent to (928) 269-2287 ATTN: Frances Cerka and clearly state the solicitation number on the first page to ensure receipt. Point of contact is Frances Cerka (928) 269-2632 or frances.cerka@usmc.mil. Submitters bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in the solicitation. Wide Area Work Flow (WAWF) is the Marine Corps method of payment. If you are not currently registered, access https://wawf.eb.mil to register. You must register in order to invoice. Vendors must be active in the Central Contractor Register at http://www.ccr.gov in order to be considered for award.
 
Record
SN01034204-W 20060426/060424221121 (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.