Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

77 -- Electronics Equipment and storage

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0366213A600
 
Response Due
8/23/2006
 
Archive Date
9/7/2006
 
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/reference number is F3Z0366213A600; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 and Defense DCN 20060711. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 443112. The business size standard is $8 Million Dollars. The Federal Supply Class (FSC) is 7720. The Standard Industrial Classification (SIC) is 5731. This request for quotation consists of the following items: Item 0001: 4 EA ? Meyer Sound 700HP High Powered Subwoofer. 0002: 2 EA ? Meyer Sound 27.137.016.01 Soft Cover to Cover HP-700 Subwoofers. 0003: 2 EA ? Shure P7TR35-PSM 700 System, includes P7T P7R and E5 Earphones. 0004: 2 EA ? Meyer Sound 40.137.002.01 MCF-700 Caster Board for HP-700. 0005: 2 EA ? Meyer Sound UM-1P narrow Coverage Stage Monitor 45 Degree Pattern. 0006: 3 EA ? R & R Custom Concert Band stand light/plexi case (3 case set). 0007: 2 EA ? Meyer Sound 40.115.100.01 MD-1D Multi-Purpose Grid. 0008: 4 EA ? Meyer Sound M2D Compact Curvilinear Aray Loudspeaker. 0009: 6 EA ? Furman PL-Plus D II Enhanced Power Conditioner. Items must be delivered to: 551 Waldron St. Bldg 240, Travis AFB, CA. 94535. Items must be the above brand names, no ?or equal? products will be accepted. The following is the approved Brand Name Justification: 1. Requiring Authority: AMC/BA-T; MSgt Michael Goetz, 707-424-1158 2. Description of Requirement: Audio Replacement Equipment 3. Statutory Authority permitting other than full and open competition: Section 4202 of the Clinger-Cohen Act of 1996, as implemented by: FAR 13.106-1(b)(1). Only one responsible source and no other supplies or services will satisfy the agency requirement. 4. Justification or Authority for action: A. R&R Cases and Meyer are essential professional brand names and a brand name requirement for the USAF Band of the Golden West. The listed items and corresponding model numbers are compatible with existing equipment. For example, our power distribution box and other connections are already setup to handle the Mackie items. Also, the USAF Band of the Golden West already has all the proper connectors required to use Mackie and Meyer. We currently have remaining Mackie, Meyer and R&R equipment items and we require to match the existing style and function of our existing equipment. In some instances, we link the Mackie boards together and this is not possible with other brands of lesser quality. These items are self- powered and therefore, don?t require additional amplifiers or processors to function correctly. The size-to-power ratio is also greatly increased from other items and don?t produce the same quality sound required to represent the United States Air Force for highly prolific jobs to include events of the highest caliber including performances for the President of the United States. Other factors to consider with the requested brand names are as follows: Meyer powered speakers allow for maximum flexability of placement at all venues Amp and control electronics are built in to the speakers unlike other manufacturers. We have owned Meyer for many years with proven road reliability and durability. Other products have failed and required quicker replacement/maintenance. The size / weight of Meyer equipment greatly reduces our load in/out time and with the future of the band downsizing, maximum efficiency is optimal Meyer has developed proven proprietary technology that other manufacturer have not developed?.to include the transducers, amplification and control electronics of all Meyer self-powered speakers are created as a symbiotic system that optimizes performance and maximizes power, power connections for existing power distribution are already in place for Meyer equipment only. (replacement cost for changing all power Distro equipment) Meyer loudspeakers are designed to work at optimum efficiency with other Meyer equipment we already own Meyer equipment has more options available than any other company Meyer equipment undergoes rigorous test procedures to insure the absolute highest quality. All Meyer loudspeakers are designed with Optional QuickFly? rigging kits available, with aluminum and steel side rigging bars, AlignaLinks and quick release pins. Items we already own. B. These items are to replace items that were lost in the truck fire and they will be used with existing audio materials of the same brand name. In many performances, speakers are stacked on top of one another. The size of new and old speakers must be uniform if they are to be stacked on top of one another. This will reduce safety hazards by having uniformity with all the speakers instead of having different size speakers that aren?t designed to stack on top of one another. C. The band is currently scheduled to perform on 29 September at the ?Battle of Britian?. Rehearsals happening before that date also require this equipment. Not having the required equipment will severely limit our musical abilities may compromise this unit?s mission. D. The equipment required is available from different vendors. The following vendors have been contacted and can provide the equipment specified. 5. Market Survey/ Other Facts: Washington Professional Systems colins@spsworld.com 11242 Grandview AVE Wheaton, MD 20902 301-942-6800 Audio Analysts 3286 North El Paso Colorado Springs, CO 719-632-8855 Bananas at Large; 1504 4th ST San Rafael, CA 94901?415-457-7600 6. Brand Names: Brand: R&R and Meyer equipment 7. Steps to improve competition: At least 5 vendors have been contacted. No efforts are being made at this time because this is a one time acquisition. If there are similar future requirements, additional market research will be conducted. 8. Certification: I hereby certify that the above information is complete and accurate. //SIGINED// MICHAEL GOETZ, MSgt, USAF The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates 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 (b) through (i) of this provision. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government?s Interest. 52.219-6, Notice of Total Small Business Set Aside. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36, Affirmataive Action for Workers with Disabilities. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisiton Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Souces as Subcontractors. 252.232-7003, Electronic Submission of Payment Requsts; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 5352.201-9101 Ombudsman (10 Aug 05). Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on August 23, 2006. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is Elizabeth Squires, SSgt, Contract Specialist, (707) 424-2013, elizabeth.squires@travis.af.mil. Alternate point of contact is MSgt Sean Warner, Contracting Officer, (707) 424-7761, sean.warner-02@travis.af.mil.
 
Place of Performance
Address: 551 Waldron St, Bld. 240 Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01116866-W 20060818/060816221344 (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.