Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2008 FBO #2411
SOLICITATION NOTICE

58 -- Intercom System

Notice Date
7/1/2008
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
 
ZIP Code
93524
 
Solicitation Number
F1SEAD8149AG01
 
Response Due
7/7/2008 12:00:00 PM
 
Archive Date
7/22/2008
 
Point of Contact
Barbara L Newkirk,, Phone: 661-277-8454, Elizabeth E. Orchard,, Phone: 661-277-9601
 
E-Mail Address
barbara.newkirk@edwards.af.mil, elizabeth.orchard@edwards.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 95th Contracting Squadron (95 CONS), Edwards AFB intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, to Clear-Com Intercom System, Alameda California. The FSC 5830, NAICS Code is 334290 small business size standard is 750 employees. The following will be procured: Communication system for laboratories which house simulator reconfigurable cockpits of various aircraft. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Governments requirement. This document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular and DFARS Change Notice (DCN). The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 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); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; and provision 52.212-2 Evaluation--Commercial Items, the following factor shall be used to evaluate offers: technically acceptable lowest priced offer. Offerors must include a completed copy of the provision 52.212-3, Offeror’s Online Representations and Certifications Application (ORCA)--Commercial Items with the offer. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. The following DFAR clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Identification and Valuation. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 12:00 p.m., Pacific Standard Time, 7 July 2008. Responses should be submitted to: 95th Contracting Squadron/95 CONS/PKC (Barbara Newkirk), 5 South Wolfe Avenue, Building 2800, Edwards AFB CA 93524-1185, Fax: (661) 277-0470. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored. All items must be brand name: Items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. Delivery and acceptance is at Edwards AFB CA 93524, FOB Destination. Delivery shall be no later than 30 days from the date of award. Prior to providing pricing, the offeror should take note of the following: The offeror shall provide separate pricing for each of the following contract line item numbers. The acquisition is as follows: Salient characteristics of requirement: 1.32 port matrix intercom mainframe. 6-RU card frame with seven matrix card slots and eight interface slots. Dual redundant CPUs and power supplies, with three MVX-A-16 matrix cards. QUANTITY (2). 2.“Eclipse Configuration Software” QUANTITY (2) 3.Eclipse intercom station with 4 display modules and keypad. QUANTITY (16). 4.Four-wire and two-way radio matrix interface, QUANTITY (16) 5.Intercom main chassis. 1 RU, 32 full-featured ports, 4 ea. 4-wire ports and dual redundant power supplies. New front panel with menu/display. QUANTITY (1) 6.Eclipse configuration Software QUANTITY (1) 7.32-button Eclipse intercom station, no displays QUANTITY (10) 8.Lightweight single-muff headset/mic QUANTITY (36) 9.Standard Double-muff mono headset/mic QUANTITY (2) 10.2-port two-fiber matrix interface with PS (Single end) QUANTITY (4) 11.CC-26 custom single-muff PTT headset/mic, PTT belt switch, 10 foot coiled cord, 4-pin XLR-F for Matrix-Headset PTT operation. Switch is momentary/latching. QUANTITY (2) 12.Custom duplex cable to connect FOR-22 interface to computer sound card with mini phone plugs. 20 ft QUANTITY(8) 13.CAT-5 unshielded cable with RJ-45 connector wired to send balanced line level audio from a provided TRS ¼ inch plug into the RJ-45 of a Matrix or Eclipse port. 100 ft. QUANTITY (2)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7acf2df72f1c5ac19d2feaffdea93283&tab=core&_cview=1)
 
Place of Performance
Address: 5 South Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01604639-W 20080703/080701220850-7acf2df72f1c5ac19d2feaffdea93283 (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.