Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
SOLICITATION NOTICE

77 -- Meyer Sound Reinforcement System

Notice Date
12/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451140 — Musical Instrument and Supplies Stores
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-09-T-6008
 
Archive Date
12/20/2008
 
Point of Contact
Mary E Watkins,
 
E-Mail Address
mary.watkins.e@peterson.af.mil
 
Small Business Set-Aside
N/A
 
Description
(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 being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-09-T-6008, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This procurement is procured under brand name full and open competition. The NAICS code is 451140 and the size standard is $6.5 million. (v) The following commercial item is requested in this solicitation: ITEM NUMBER DESCRIPTION QUANTITY CLIN 001 Meyer Sound 1 each Reinforcement System (vi) Please see attachment 1 for technical specifications. (vii) Items will be delivered to Peterson AFB, Colorado. Include shipping costs in price of the system. (viii) The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. (ix) FAR 52.212-2(a) Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Award will be based on low price meeting technical specification (brand name). (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Jun 2008), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007), applies to the acquisition.. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jun 2008), applies to this acquisition. a) FAR 52.222-26, Equal Opportunity (Mar 2007) b) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006) c) FAR 52.222-36, Affirmative Action for Handicapped Workers (Jun 1998) d) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (Sep 2006) e) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. (Oct 2003) f) FAR 52.222-3, Convict Labor (Jun 2003) g) FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) h) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) i) FAR 52.219-8, Utilization of Small Business Concerns (May2004) j) FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) k) FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) (xiii) The following FAR Clauses are applicable to this solicition: FAR 52.203-3, Gratuities (Apr 1984); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.224-1, Privacy Act Notification ((Apr 1984); FAR 52.224-2, Privacy Act (Apr 1984). The clause at DFARS 252.204-7004, Required Central Contractor Registration (Sep 2007). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Mar 2008); Ombudsman, AFFARS clause 5352.201-9101 as prescribed 5301.9103, (Aug 2005); DFAR 252.225-7000, Balance of Payments Program Certificate (Jan 2005), DFAR 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005), and DFAR 252.243-7002, Request for Equitable Adjustment (Mar 1998). The governement is NOT offering contract financing for this requirement. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. Quotes are required to be received no later than 12:00 pm MST, 5 Dec 2008. (xvi) All quotes must be sent to Mary Watkins at: e-mail mary.e.watkins@peterson.af.mil. Brand Name Specifications: MEMORANDUM FOR 21 CONS/LGCBB FROM: The United States Air Force Academy Band 520 Otis Street Peterson AFB, Colorado 80914 SUBJECT: Brand Name Requirement Request: Meyer Sound System 1. This request is for the purchase of Meyer Sound Reinforcement System as authorized under FAR 13.106-1(b)(1). This brand name acquisition is requested by The USAF Academy Band for use in support of troop morale, recruiting, community relations public concerts, school shows and official military functions by unit's nine performing ensembles: Concert Band, Falconaires, Blue Steel, Wild Blue Country, Academy Winds, Rampart Winds, Stellar Brass, Galaxy Brass and Solaris. a. The Meyer Sound Reinforcement System we are requesting must have the following minimum salient characteristics: I. Must include the following components: • Six (6) Meyer Compact Wide Coverage Loudspeakers UPA-1P • Two (2) Meyer Compact Narrow Coverage Loudspeakers UPA-2P • Four (4) Meyer Wide Coverage Loudspeakers CQ-1 • Two (2) Meyer Sound 650-P High Power Subwoofers II. Must fulfill the following technical requirements: • The wide and narrow coverage loudspeakers shall be self-powered, full-range biamplified and time-aligned; must be capable of providing high power output, low distortion and consistent polar response assuring coverage of broad listening areas • Speakers shall incorporate internal processing electronics and a two-channel amplifier. Processing functions shall include equalization, phase correction, signal division and protection for the high- and low-frequency sections • The audio inputs shall be electronically balanced with a 10 kOhm impedance and accept a nominal 0 dBV (1 V rms, 1.4 V pk) signal. Connectors shall be XLR (A-3) type female with parallel looping male. RF (Radio Frequency) filtering shall be provided • The internal power supply shall perform automatic voltage selection, EMI (Electromagnetic Interference) filtering, soft current turn-on and surge suppression. Powering requirements shall be nominal 110V AC line current at 60 Hz • All loudspeaker components shall be mounted in an acoustically vented trapezoidal enclosure constructed of premium birch plywood with a black textured hard-shell finish. The front protective grille shall be powder-coated hex-stamped steel covered by charcoal gray foam • Additionally, the High Power Subwoofers shall be self-powered, tuned, bass-reflex speakers that use two 18" drivers, capable of long excursion with minimal distortion. The units shall extend the lower range of live sound reinforcement systems by providing a frequency response of 28 to 120 Hz b. Notice published: Brand name - IAW Memorandum for Chief Acquisition Officer, Chief Information Officers, Senior Procurement Executives entitled "Use of Brand Name Specifications" dated April 11, 2005 the Brand Name Letter will be published with the solicitation through the Government Point of Entry. c. As representatives of the USAF Academy and Air Force Space Command we perform 560 times annually for audiences numbering 1.3 million. Our audiences consistently include high level civilian and military dignitaries, and the professionalism presented in our performances is a direct reflection of the professionalism of all men and women currently serving in the Air Force. In addition, we also produce recordings and video presentations that are heard and seen throughout the entire world. The equipment used in these performances and productions must allow us to perform at the highest possible musical standard. d. We currently have a requirement for one Meyer Sound Reinforcement System that consists of six (6) Meyer Compact Wide Coverage Loudspeakers UPA-1P, two (2) Meyer Compact Narrow Coverage Loudspeakers UPA-2P, four (4) Meyer Wide Coverage Loudspeakers CQ-1 and two (2) Meyer Sound 650-P High Power Subwoofers. e. The purchase of this system will significantly increase our mission effectiveness by allowing our organization to have essential equipment necessary to provide premiere quality sound reinforcement in different performance venues ranging from small military clubs to sizable concert halls and large scale outdoor events. Moreover, this system can be fully integrated with the old sound system currently owned by The USAF Academy Band. To the best of our knowledge, no other brand and model of loudspeakers will meet our minimum specifications. f. The POC for this request is MSgt Scott Crump. g. Equipment requested in this package is not available in base supply and I authorize purchase of these requirements. h. They are for the USAF ACADEMY BAND and are not for contractor requirement/use. The requisition numbers assigned are correct and valid. 2. I certify that this brand name request is accurate and complete to the best of my knowledge and belief. //SIGNED// SCOTT M. BARBIER, CMSgt, USAF Band Manager/Logistics 3. I determine that this brand name request is accurate and complete to the best of my knowledge and belief, and is in the best interest of the government. //SIGNED// Shamika N. Bailey, 1Lt, USAF Contracting Officer
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=327929fd8750efca0c168eb0270b00e4&tab=core&_cview=1)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01711654-W 20081203/081201214731-327929fd8750efca0c168eb0270b00e4 (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.