Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

G -- PA System for APOHR 09 Air Show

Notice Date
1/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
F2Q1029012A002
 
Archive Date
2/7/2009
 
Point of Contact
Leland Whipkey,, Phone: 757-764-4924
 
E-Mail Address
leland.whipkey@langley.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for Form 9 # F2Q1029012A002 This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business. The associated NAICS code is 532490 with a $7M size standard. This RFQ contains 1 line item. The line item description is as follows: CLIN 0001 Contractor will provide Communications and Public Address Services for the Air Power Over Hampton Roads Air Show at Langley AFB IAW the following STATEMENT OF WORK. Communications and Public Address Services. Contractor will furnish a complete public address sound system, one trailer or platform with announcer/air boss platform, and two VHF radio base stations with portable back-ups as detailed below for APOHR 2009. Unless otherwise coordinated with the APOHR Director or his representative, Contractor will arrive at such a time to be able to provide communications support beginning 1200 EST, Friday 24 April 2009 through the completion of APOHR at approximately 1730 EST 26 April 2009. Contractor will provide communications services for the night show on 24 April 2009, and the two day shows, on 25 April 2009 and 26 April 2009, with operating times to be made at the discretion of the APOHR Director. Specific communications requirements are as follows: -At a minimum, the Contractor shall provide a sound system, stage, and air traffic control (ATC) operations booth with the following requirements:-- Sound system shall be self-contained and self-powered.-- Contractor will provide necessary staff and technicians to set up and operate the equipment during the entire duration of the air show and all performances.-- Power supply must be adequate to operate all systems at full capacity should external 110 power not be available.--- Backup Generator may be required.-- Sound system will be able support aircraft ATC operations via VHF and UHF communications and have the ability to rebroadcast UHF/VHF radio traffic through the provided public address system.--- The sound system shall cover the entire front crowd line approximately 2,600 feet and will cover the entire rear of crowd/static display, approximately 2,200 feet.-- The airboss and announcer stage will be a minimum of 8 feet wide, by 13 feet long, and 8 feet high for maximum visibility of aircraft flight line, ramp, and taxi way. The stage will be free of any obstructions that would hinder line of sight visibility in a 360 degree radius. The stage will have guard rails around the parameter and steps with handrails for safety.-- The ATC communications power supply must be adequate to operate all systems at full capacity.-- A minimum of 2 wireless hand-held and 2 hard-wired microphones with stands (table top and/or full sized) must be provided. At least two (2) fully functioning communications headsets (with microphones) must be available for use by APOHR, the announcer, or the Air Boss.-- The Public Address system must have music playback ability-CD and cassette as a minimum.-- The communication system must have the ability to interface with another public address system via XLR, RCA, or ¼ inch feed.-- Contractor will have Federal and /or State licenses, if required. End Item Description. FOB point is Destination. The period of performance is 24 April 2009- 26 April 2009. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-27, Notice of Service Disabled Veteran Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of price, AND recent and relevant past performance with DOD air shows with attendance over 250,000, within 3 years of experience to date of this issuance. Quotes must be signed, dated and submitted by 21 JANUARY 2009, 1200 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Leland Whipkey., Contract Administrator, Commercial Phone 757-764-4924, Fax 757-225-7443, E-mail leland.whipkey@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Leland Whipkey, Contract Administrator, Phone 757-764-4924, Fax 757-757-764-7447, leland.whipkey@langley.af.mil Email your questions to Leland Whipkey at leland.whipkey@langley.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=19462657904a4ff10f8fc5b7440f70a3&tab=core&_cview=1)
 
Place of Performance
Address: Langley AFB, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01734992-W 20090122/090121063311-19462657904a4ff10f8fc5b7440f70a3 (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.