Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

59 -- This requirement is to furnish all labor, materials, equipment, transportation, tools, supervision and any other items necessary to purchase and install sound system for Faith Chapel, Fort Bragg, NC.

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124707T0040
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
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. (ii) This Solicitation document W91247-07-T-0040 is issued as a Request for quote (RFQ) to purchase and install sound system in accordance with the Governments requirement. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18, effective June 30, 2007. (iv) Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 334310, SIC co de 3679 and size standard is 750 employees. This solicitation is issued under FAR PART 13-Simplified Acquisition Procedures. (v) This requirement is to furnish all labor, materials, equipment, transportation, tools, supervision and any other items necessary to purchase and install sound system for Faith Chapel, Fort Bragg, NC. A detailed Statement of Work is provided below. Fo r further information please email rebecca.fentzke@ us.army.mil. 1. Description of Work This requirement is to furnish all labor, materials, equipment, transportation, tools, supervision and any other items necessary to purchase and install sound system for Faith Chapel. The sound system shall consist of: " 1 main loud speaker " 1 ceiling mounts for speaker " 1equalizer to turn the loud speaker " subwoofer loud speaker " 1 ceiling mounts for subwoofer loud speaker " 1 Amplifier to power speakers " 1 electronic crossover " 4 floor monitor loud speakers " 4 monitor cables for loud speakers " power amplifiers (floor monitors) " digital signal processor for floor monitors " condenser microphones for choir " 3 boom stands for microphones " 1 lapel wireless microphones system " 1 handheld wireless microphone system " Rack mounts kit for wireless microphones " condenser performers microphones " 8 piano microphones with stand " Mixer with 24 channels " Control loudspeaker with wall mounted for sound monitor " Mount for control loudspeaker " AC sequential power up/down switcher " Loud speaker jacks " Surfaces mount conduit. 2. Schedule and Warranty The equipment must be able to be installed 15 to 45 days after award of contract. Require a complete warranty to be provided to cover all equipment and installation for a period of one year. Require advance replacements to be provided on all equipment tha t may need repair during the first year. (vi) The requirement shall be Firm Fixed Price. (vii) Location and Chapel POC: Cynthia Wesley, Bldg 1-2336, Fort Bragg, NC 28310. (viii) The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors  Commercial Items, FAR 52.237-1 Site Visit, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil), FAR 52.212-2 Evaluation  Commercial Items. (a) The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or n ot there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications  Commercial Items. (ix) The following clauses apply to this acquisition: FAR 52.000-4005 (see paragraph a below), FAR 52.212-4 Contract Terms and Conditions  Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Co mmercial Items, FAR 52.204-7 Central Contractor Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms an d Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7002 Qualifying Country Sources. a. FAR 52.000-4005 Invoices. a. Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. For electronic commerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electro nically, at little or no cost, visit the following DFAS web site: http://www.dfas.mil/ecedi. TO ACCESS PAYMENT STATUS ELECTRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), Dept 3800 8899 E. 56th Stree t Indianapolis, In 46249-3800 (Customer Service: 888-332-7366). Payment will not be made under this contract until all items have been received and accepted. b. Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.222-3 Convict Labor, 52.222-19 Child Labor  Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segre gated 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 Affirmative 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 Transfer  Central Contractor Registration, 52.222-41 Service Contract Act of 1965, as amended, 52.222-42 Statement of Equivalent Rat es for Federal Hires. c. Applicable clauses under DFARS 252.212-7001: 252.225-7001 Buy American Act and Balance of Payments Program, (x) ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontracto r manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil . The required information includes: ( 1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone numbe r, email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-conta ctors); (8) Predominate Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identi fication Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and s ub-contractors performed the work (specific zip code in the United States and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 Octobe r of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific format for the XML direct transfer may be downloaded from the website. (xi) APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 5) dated 8/15/2007. A copy of this Wage Determination can be found at http://www.wdol.go v . (xii) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: Code 23181 Electronics Technician maintenance $ 18.87 WG 11 Step 2 $ 20.79. (xiii) SITE VISIT ARRANGEMENTS. A site visit can be arranged to inspect the site where the sound system is to be installed by calling Ms. Cynthia Wesley @ 910-396-1121 between the hours of 9:00 and 4:00 p.m. local standard time Monday thru Friday. Anyone wishing to visit the site should make arrangements with Ms. Wesley. (xiv) Quote submission shall be forwarded by Monday, September 17, 2007, 3:00 p.m. local standard time using either facsimile at (910) 396-7872, email at rebecca.fentzke@us.army.mil, or mail to Directorate of Contracting, Bldg. 1-1333 Macomb & Armistead, F ort Bragg, NC 28310-5000.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01399044-W 20070909/070907221951 (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.