SOLICITATION NOTICE
59 -- Sound System for Chapel 1
- Notice Date
- 9/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 443112
— Radio, Television, and Other Electronics Stores
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D0158172A002
- Archive Date
- 10/2/2008
- Point of Contact
- James A Warren, Jr.,, Phone: 301-981-2382, Shayla Canty ,, Phone: 301-981-2357
- E-Mail Address
-
james.warren-02@andrews.af.mil, shayla.canty@us.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation: (i) 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. Quotes are requested and a written RFQ will not be issued. (ii) This Request for Quote reference number is F1D0158172A002 and is being issued as a Request for Quote (RFQ) (iii) This Request for Quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 443112 with an $8 million size standard. (v) Contractors shall submit a quote for the purchase, installation and training for a Sound System (See attached SOW) to include a 16 channel, 4 buss mixer; main speaker cluster; 2 gooseneck mics; three wireless handheld mics; one wireless lavalier mic; one antenna/power provider, a 24 space locking roll top rack, CD/DVD cassette deck; and installation, training and one year warranty. All responsible sources may submit a quotation which shall be considered. There will be a site visit held on 12 Sep 2008 at 1:00 PM Eastern Daylight Savings Time (EDST). The site visit is required to submit a quote. Please contact James A. Warren Jr. at 301-981-2382 NLT 11 Sep 2008 with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. On the day of the site visit an escort will be needed for all attending parties. It is expected that you meet at the main gate visitor center with identification at 12:45 sharp - escorter does not wait, then we will proceed directly to the site. Site visit location: Chapel 1 1345 West Perimeter Road Andrews AFB, MD 20762 15 Sep 2008 at 12:00 PM EDST is the deadline for questions pertaining to the details of this solicitation after which no more questions will be answered. (vi) Delivery and acceptance instructions are FOB destination. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full Text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instruction to offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in this RFQ, who offers the lowest price technically acceptable and completion within 30 days after purchase order is completed. The government reserves the right to judge which quote shows the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major requoting. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications Commercial item and complete electronic annual representations and certifications at http://orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial items: (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: (mandatory clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52222-3 Convict Labor; FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; (Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.) (xii) The following additional clauses are applicable to this procurement • DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code reporting (Aug 1999) • DFARS 252.204-7004, Required Central Contractor Registration (CCR); Contractors not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414) • DFARS 252.225-7001, BBAA - Balance of Payments Program • DFARS 252.7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection and Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.223-9000, Contractor Access to Air Force Installations • 316 CONS -007, Personnel Security Requirements • 316 CONS -010, Wide Area Work Flow • 316 CONS -011, Ombudsman (xiii) DFARS 252.212- 7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are incorporates in full text, with the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program. (xiv) Respond to this combined synopsis/solicitation must be received via email, FAX, mail or delivery by 17 Sep 2008 no later than 12:00 PM Eastern Daylights Savings Time. Offers can be sent via email to james.warren-02@afncr.af.mil. The FAX number is 301-981-1910. Mailing address is: 316 Contracting Squadron, Attn: James A. Warren Jr., 1535 Command Drive, Suite E209 Andrews AFB, MD 20762. For those interested in Hand Carrying Quotes must provide, on company letter head, no later than 12:00 PM 16 Sept 08; Driver's license number and state; vehicle make, model and year; license plate number and state and Social Security number to access the base. Offerors are cautioned that Andrews AFB, MD has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time for traffic to arrive at the base, to obtain a visitor pass and find their way to the Contracting Office PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions and withdrawals of Offers." Quotes should be marked with solicitation number F1D0158170A003. (xv) Address questions to James A. Warren Jr., Contract Specialist at 301-981-2382, FAX 301-981-1910, email james.warren-02@afncr.af.mil or Lt Shayla Canty. Phone 301-981-2357, email shayla.canty@arncr.af.mil. CHAPEL 1 SOUND SYSTEM STATEMENT OF WORK (SOW) Mixer: A 16 channel, 4-buss mixer will be installed in the existing roll top enclosure. Inputs to the new mixer will include: • New Pulpit gooseneck mic • New lectern gooseneck mic • Three new wireless handheld mics • One new wireless lavalier mic • One wall mounted choir mic • Existing stage mic jacks. • New CD/cassette deck. • Audio from existing PC. Outputs from the mixer will connect to: • Main out to new main speaker and speaker in Narthex. Main Speaker: The main output of the mixer will be routed to a digital signal processor providing equalization and crossover functions for the new main speaker. The speaker is a bi-amped device that will provide excellent full range sound reinforcement and full coverage of the floor and balcony seating. The speaker will be attached to the structure above the ceiling just in front of the front lip of the stage. DSP and new amplifier will reside in the new roll top rack. Microphones: Two new gooseneck mics will be installed on the pulpit and lectern and connected to existing floor jacks. Three wireless handheld and one wireless lavalier system and one antenna/power combiner will be provided. One wall mounted gooseneck mic will be wall mounted on the exterior wall adjacent to the choir to provide coverage of participants in the choir area without the use of lavalier or handheld mics. Cabling from an existing mic jack will be extended within the wall to the new choir mic location. Rack: A new 24-space locking roll top rack will be installed adjacent to the existing roll top desk. The finish of the new rack will match the existing desk and will provide a lockable enclosure for the existing computer monitor, wireless mic receivers, antenna combiner, new CD/cassette deck, digital signal processor, power amplifier amplifiers and power management with surge suppression. Miscellaneous: A wireless remote control will be provided for the existing motorized projection screen for operation of the screen from the mixer location. Inclusions: Included is removal of all existing equipment that will not be used in new system. Delivery and installation Programming Operator training Documentation One-year warranty on material and workmanship
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=584dcf688970c423482d0f0a4f52175e&tab=core&_cview=1)
- Place of Performance
- Address: Chapel 1, 1345 West Perimeter Road, Andrews AFB, MD 20762, Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01660794-W 20080907/080905221320-584dcf688970c423482d0f0a4f52175e (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 |