DOCUMENT
N -- FURNISH AND INSTALL PUBLIC ADDRESS SYSTEM - Drawings
- Notice Date
- 8/16/2008
- Notice Type
- Drawings
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133R-08-RQ-0958PY
- Response Due
- 8/28/2008
- Point of Contact
- Patsy A. Ybarra, Phone: 8164266823, Patsy A. Ybarra,, Phone: (816)426-6823
- E-Mail Address
-
Patsy.A.Ybarra@noaa.gov, patsy.a.ybarra@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisitions Division (CRAD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. The DOC, NOAA, Great Lakes Environment Research Laboratory (GLERL) has a requirement for the purchase and installation of a public address system throughout a new building. This notice is hereby issued as RFQ. No. WC133R-08-RQ-0958PY. This constitutes the only Request For Quote (RFQ) that will be issued, a separate RFQ will not be issued. All responsible sources are encouraged to submit a quote. Quotes shall be submitted to Patsy Ybarra, 601 East 12th St, Room 1756, Kansas City, MO 64106 or emailed to Patsy.A.Ybarra@noaa.gov by close of business on August 28, 2008. This is a 100% small business set-aside. The NAICS code for this acquisition is 238210. The Small Business Administration size standard is $13 million. 1. SCOPE OF WORK All work will be performed at the new NOAA leased facility located at 4840 South State Street, Ann Arbor, Michigan during the construction of the building. The Contractor shall coordinate directly with the Builder, JS Vig, concerning all items that need coordination with the Builder. The work shall be completed before the move-in date on or about of December 24, 2008, unless the Builder postpones the move-in date, in which the work may be completed before the new move-in date set by the Builder. The NOAA leased Facility requires the complete installation of a public address system throughout the building. The system shall be user addressable via the building telephone system, as indicated on the NOAA approved drawings and/or specified herein. The contractor shall provide all labor and materials to perform the installation and testing of a public address system that can be easily heard throughout the building in hallways, public spaces, laboratories, high bay and wareyard areas. All cabling will shall be plenum rated in a bus topology centralized from room 157 (computer server room). Cable supports shall be installed as needed where cable trays are not present. Install approximately seventy ceiling speakers (70) throughout the facility and horn speakers in the high bay and wareyard areas. Install plywood backboard, power supply, volume control and control unit in room 157 (computer server room). The public address system shall be user addressable through the building telephone system. Test all speakers and set volume levels. 2. SUBMITTALS All quotes submitted shall include an itemized list of proposed components for the project with detailed description and manufacturer to include the system's make and model. Proposal approvals will be based on complete submissions of manuals together with shop drawings. Two (2) weeks before final inspection of work, the Contractor shall deliver three (3) copies of the final updated test reports and documentation to the Contracting Officers Representative (COR). Upon completion of the work, and as a condition of its acceptance, the contractor shall submit the following: a) Three (3) sets of the functional test result report b) Three (3) sets of Cabling documentation c) Three (3) copies of all warranties and guarantees 3. QUALITY ASSURANCE The design, equipment and installation shall be in accordance with the requirements of the applicable publications listed in this section and the equipment manufacturer recommendations and/or Electronic Industry Alliance (EIA)/Telecommunications Industry Association (TIA) and NEC standards. 4. TESTING When the Public Address System has been completed, and prior to scheduling of the final inspection, the Contractor shall perform the functional tests described below, and provide the Government with a report describing the results of the test. Functional Tests shall include the following: 1 Before energizing the cables and wires, check for correct connections and test for short circuits and continuity. 2 Test all speakers and adjust volume levels. When any defects are detected, the Contractor shall make repairs or install replacement components, and repeat the tests until such time that the complete Public Address System project meets all contract requirements. After the Public Address System project has passed the tests and is approved by the government, the Contractor shall request a final inspection. Final acceptance of system will not be made until the system is retested at final inspection. 5. FINAL INSPECTION All work will be inspected by the Government to verify that it meets the requirements of this contract. At the final inspection a factory trained representative of the manufacture of the major equipment shall demonstrate that the system functions properly in every respect. The demonstration shall be made in the presence of the government representatives. Acceptance will be made upon the Government's satisfactory inspection. 6. ATTACHMENTS The following are attachments to this RFQ and are hereby incorporated: Drawing No(s). A201, E204, A210 and A211. 7. CONTRACT CLAUSES This notice is hereby issued as RFQ No. WC133R-08-RQ-0958PY. This RFQ will be conducted as a commercial item acquisition in accordance with FAR Part 12. The Department of Labor Service Contract Act, Wage Determination No. 2005-2269, Revision 6, dated 5/29/08 is applicable to this requirement. The following provisions and clauses are incorporated and in effect through Federal Acquisition Circular (FAC) 2005-26. The FAR clauses and provisions are incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jun. 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun. 2008). 52.212-4 Contract Terms and Conditions - Commercial Items (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun. 2008) (Sections 5, 15, 16, 17, 18, 19, 21, 24, 28, 31, 36), ( c)(1) and (2) Electrician WG-10. FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer's Authority (Feb. 2005), 1352-201-71 Contracting Officer's Technical Representative (COTR) (Feb 2005) there will be a government representative designated at time of award, 1352.215-77 Evaluation Utilizing Simplified Acquisition. Full text of the clauses is available at www.arnet.gov and http://oamweb.osec.doc.gov/docs/doc.local-clauses-pm200-03A2.pdf 7. PRICE PROPOSAL The prices shall be all inclusive of costs: 0001 Furnish and Install Public 1 JB $_________ Address System throughout the new building as specified in the scope of work above. Manufacturer ___________ Make ____________ Model ____________ NOTE: In addition to prices, offers must provide itemized list of proposed components, descriptive literature for the proposed system, warranty, past performance information and planned delivery schedule. DOC, CRAD requires that all Contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all Offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https:llwww.dnb.comlproduct/eupdatelrequestOptions.html or by phone at 800-333-0505. Original Point of Contact. Patsy Ybarra Patsy.A.Ybarra@noaa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=330055e0b2ebbcc67e6ecfa0b31f04dc&tab=core&_cview=1)
- Document(s)
- Drawings
- File Name: Drawings for PA System (Drawings for PA System1.pdf)
- Link: https://www.fbo.gov//utils/view?id=e4635bfa8ed9fb455330099b5e2007ae
- Bytes: 312.76 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Drawings for PA System (Drawings for PA System1.pdf)
- Place of Performance
- Address: 4840 South State Street, Ann ARbor, Michigan, United States
- Record
- SN01642617-W 20080818/080816214959-330055e0b2ebbcc67e6ecfa0b31f04dc (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 |