Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
DOCUMENT

59 -- Audio Visual and Teleconference Equipment Purchase and Install - Site Drawing

Notice Date
5/21/2008
 
Notice Type
Site Drawing
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
F3A15D8028A001
 
Point of Contact
James E Kelly,, Phone: (609) 754-3519, Luelmer L Brown,, Phone: (609)724-4709
 
E-Mail Address
james.kelly1@mcguire.af.mil, luelmer.brown@mcguire.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 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 F3A15D8028A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. This acquisition will be set aside to small businesses.. The North American Industry Classification System (NAICS) code is 334310. The business size standard is 750 employees. This request for quotation consists of the following items: 0001: 19" Equipment Rack to include casters/wheels. Clear Front Dimensions 48" Tall Width: Must fit in 45"wide space. Quantity: 1 0002: Routing Switcher with Audio. Capable of switching 7 separate screens from multiple imputs. (Computer, DVD, VHS, VTC) Quantity 1 0003: Wireless Routing Switcher controller touchscreen display at admin station for controlling screens and Routing Switcher. Controller also needs to be capable of controling LCD Displays, VCR/DVD(Provided), and Volume. Controller Display Minimum Dimensions 6"x 6" Quantity 1 0004: Ceiling Speakers. No Amplification is required. Speakers must provide sufficient level of sound to be heard with a room full of personel and Equipment Quantity 4 0005: 52" HD Commercial Quality LCD Display Quantity 4 0006: 42" HD Commercial Quality LCD Display Quantity 4 0007: LCD Wall Mounting Kit Capable of Mounting into Concrete Wall Quantity 2 0007: LCD Ceiling Mounting Kits Quantity 6 0008: Wall Plates/Bulkhead connectors (Allows connection between admin station and separate wall back to video) Quantity 2 0009: Web Camera capable of being used for Web-based Video Teleconferencing. Quantity: 1 0010 Microphone for Web Camera. Quantity 1 0011 Wireless Microphone System capable to be used through out room. Quantity 1 0012: Uniterrupted Power Supply for Equipment Rack. Quantity 1 0013 VHS/DVD Combo Player Quantity 1 0014 Table Popup Bulkhead in Conference Table Quantity 1 0015: Cables/Assemblies/Tracking Quantity 1 0016: Training on Use of Total System 0017: Installation/Labor/Shipping The following provisions and/or clauses apply to this acquisition. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) with the following internet address filled-in: http://farsite.hil.af.mil; clauses may be accessed electronically in full text by going to this internet address. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2006). FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation Criteria: Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the lowest total price.]. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jun 2006). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003). FAR 52.209-6 Protecting the Government's Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005). FAR 52.211-6 Brand Name or Equal (Aug 1999). FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2007) Under Para (a) the following clauses are incorporated by reference: (1) FAR 52.233-3 Protest After Award (Aug 1996); (2) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). Under Para (b) the following clauses are incorporated by reference: (5) (i) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); (14) FAR 52.222-3 Convict Labor (Jun 2003); (15) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); (16) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (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 Affirmative 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); (26) FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006);52.237-1 Site Visit(Apr 1984); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.247-34 F.O.B. Destination (Nov 1991). DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992). DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003). DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) under Para (b) the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005); DFAR 252.232-7003 Electronic Submission of Payment Requests (May 2006); DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) ( X Alternate III) (May 2002); DFAR 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991). AFFARS 5352.201-9101 Ombudsman (Aug 2005),[The fill-in for Para (c), MAJCOM ombudsman, is Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.] Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. A site visit will be conducted on 28 May 2008 at 10:00 am.. Offerors who plan to attend should fax or email a list of attendees to include names, Social Security Numbers, Driver's License Numbers and State of issue to James E. Kelly and Luelmer Brown at 609-754-4642 no later than 1300 on 23 May 2008 for security processing. The list should be limited to two attendees per company. Failure to respond in a timely manner may result in delay or denial of access to the installation. The meeting will be held at the 305 CONS Bldg. 2402 Vandenberg Avenue, McGuire AFB, NJ 08641. Please arrive for the site visit no earlier than 0945. Questions should be submitted in writing via above fax number or emailed to james.kelly1@mcguire.af.mil or luelmer.brown@mcguire.af.mil Contractors are asked to submit their TAX ID number with their quote. Quotes must be received at the 305th Contracting Squadron, LGCA flight, no later than 1300, 04 Jun 2008. Quotes may be transmitted by e-mail or to FAX number (609) 754-4642. The points of contact for this solicitation is Mr. James Kelly Contracting Specialist (609) 754-3519, james.kelly1@mcguire.af.mil. Alternate point of contact is Luelmer Brown (609)754-4709, luelmer.brown@mcguire.af.mil. If emailing or faxing you quote, please include both contacts on the email and or fax cover sheet.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93f91c1759a242945477474234583ee0&tab=core&_cview=1)
 
Document(s)
Site Drawing
 
File Name: Site Plan (Audio Visual Site Plan.pdf)
Link: https://www.fbo.gov//utils/view?id=1cd9c21ac1b6c90a7ce2de3cca7fed7f
Bytes: 175.09 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Mcguire AFB, Wrightstown, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN01578551-W 20080523/080521221103-93f91c1759a242945477474234583ee0 (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.