Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

58 -- Purchase Digitally Steerable Line Aray Speaker System

Notice Date
7/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-10-AB-0708
 
Archive Date
7/27/2010
 
Point of Contact
ALICE G. BRINKLEY, Phone: 7577642241
 
E-Mail Address
alice.brinkley@langley.af.mil
(alice.brinkley@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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 the 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 RFQ FA4800-10-AB-0708. This solicitation document and incorporated provisions and clauses are thoses in effect through Federal Acquisition Circular 2005-42. This acquisition will be a 100% Small Business Set-aside. The associated NAICS code is 334310 with a size standard of 750 employees. This RFQ contained 10 line items and the description is as follows: CLIN 0001-Portable, stackable, self-powered, digitally steerable line array speaker column with (5) 6.5-inch cone transducers with neodymium magnets and (3) 1-inch HG titanium nitride compression drivers andintegrated 8-channel class D amplifier/DSP processor. Must be compatible with RHAON speaker management software; 4 EACH CLIN 0002 - Padded cover for the line array speaker column; 4 EACH CLIN 0003 - Attachment bar/hardware for line array speaker column; 4EACH CLIN 0004 - USB to RS485 adapter for speaker control; 1 EACH CLIN 0005 - Ethercon to Ethercon Link Cabe; 4EACH CLIN 0006 - Powercon Link power cable for linearray speacker column; 4 EACH CLIN 0007 - Portable, stackable, self-powered, band pass subwoofer with (2) 15-inch cone woofers and integraded class D amplifier/DSP processor. Must be compatible wtih RHAON speaker management software; 2 EACH CLIN 0008 - Wheel caster kit for the Dual 15-inch subwoofer; 2 EACH CLIN 0009 - Padded cover for the Dual 15-inch subwoofer; 2 EACH CLIN 0010 - Custom road cases for the (6) speakers; 6 EACH PROVISIONS/CLAUSES. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price factors considered. Quotes will be evaluated and awarded to the offeror with the best value. Offerors must complete annual representations and certifications electronically at the ORCA website to cover provisions at Clause FAR 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. The ORCA website is located at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, is hereby incorporated by reference. The clause at 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, 52.219-6, Notice of Total Small Business Aside, 52.204-7, Central Contractor Registration, 219-28, Post-Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restriction on Certain Foreign Purchases, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference, 52.252-6, Authorized Deviations in Clauses. 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. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation, ORGANIZATIONAL CONFLICT OF INTEREST (OCI), FAR Part 9.5 requires that action to avoid, neutralize, or mitigate potential organizational conflict of interest be accomplished. Offerors will notify the Procuring Contracting Officer (PCO) in writing within 5 days of receipt of the RFQ regarding any actual/potential OCI and provide applicable mitigation plans. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need) and price. Quotes must be submitted by 12 July 2010 4:00 PM EST by mail, e-mail or fax to 633 Contracting Squadron/LGCA, ATTN: Ms. Alice Brinkley, 74 Nealy Ave., Langley AFB VA 23665, fax 757-225-7443, e-mail: alice.brinkley@langley.af.mil. All contractors must be registered in the Central Contractor Registration (CCR), 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 Alice Brinkley, Contract Specialist, can also be reached at 757-764-2241
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-AB-0708/listing.html)
 
Place of Performance
Address: 86 Hickory St, Langley AFB VA 23665, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02200070-W 20100710/100708235536-6a94c71d1c7bd7d7b4c189085ba4a12a (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.