Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

77 -- AUDIO AND LIGHTING ROAD CASES

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
F1A1A10159A001
 
Point of Contact
Nicholas Fisher, Phone: 202-767-8033, Monica L. Ceaser, Phone: 202-767-7979
 
E-Mail Address
nicholas.fisher@afncr.af.mil, Monica.Ceaser.ctr@afncr.af.mil
(nicholas.fisher@afncr.af.mil, Monica.Ceaser.ctr@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) and the reference number is F1A1A10159A001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. The North American Industry Classification System code is 339992 with a business size standard of 500 Employees. The proposed contract is 100% Set-Aside for Small Business. CONTRACT LINE ITEMS: LINE ITEM 0001: ATA ROAD CASE, BRAND R&R, MODEL AFBDC-MANH-STANDBASE-X30, OR EQUAL. IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS. QTY: 4 Each UNIT PRICE: _________, EXTENDED AMOUNT: _________. LINE ITEM 0002: ATA ROAD CASE, BRAND R&R, MODEL AFBDC-MANH-STANDTOP-X30, OR EQUAL. IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS. QTY: 4 Each UNIT PRICE: _________, EXTENDED AMOUNT: ____________. INSPECTON AND ACCEPTANCE TERMS: Items shall be priced FOB destination. Items shall be accepted at 130 McChord St, Bolling AFB, Washington D.C. 20032. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-1 is as follow: 52.214-31(f) (1) Fax Number (202)767-7816 (2) Sharp FO-DC600, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), 52-222-22, 52.222-25,and 252.225-7000. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If offering an equal product, interested parties must submit clear and convincing descriptive literature demonstrating the capabilities to satisfy the requirement specified above. FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.203-3, 52.209-6, 52.211-6, 52.211-17, 52.212-5 (dev), 52.219-6, 52.219-28, 52.223-3, 52.223-6, 52.232-33, 52.233-3, 52.233-4, 52.247-39, 52.247-34, 52.252-2, http://farsite.hill.af.mil, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.225-7002, 252.232-7010, 252.243-7001, 252.246-7000, ; Local Clause 5352.201-9101 Omsbudsman (c) Myra Toles, AFDW/A7K-P, 1535 Command Drive, Suite D-301, Joint Base Andrews NAF, Camp Spring MD, 20762 Phone # 301-981-5245. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 Alt 1, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-16 Alt 1, 52.225-3 Alt I, 52.225-13. DFAR CLAUSES: The clause at 252.212-7001, Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Jan 2009), including the following Sub DFAR Clauses: 252.203-7000, 252.225-7001, 252.225-7036, 252.232-7003, 252.247-7023. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All quotes must be received by 4:00 P.M. Eastern Standard Time (EST) on 16 Aug 2010 to 11th CONS/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to nicholas.fisher@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Questions concerning this solicitation should be addressed to Primary point of contact: TSgt. Nick Fisher, Contract Specialist, Phone (202) 767-8036, FAX (202) 767-7887 or e-mailed to nicholas.fisher@afncr.af.mil. This is an UNFUNDED requirement and funds are currently not available. The requirement will be solicited pending availability of funds. VENDOR QUOTES MUST BE GOOD UNTIL 30 SEPT 2010. An official authorized to bind your company shall sign the offer. USAF Band General Audio & Lighting Road Case Specifications updated 05/07/2010 All equipment cases built for the USAF Band shall be built to the ATA Flight Case standard with the following specifications: 1) Made with 3/8" 7-ply, cross-laminated, void-free Birch plywood with exterior grade glue. 2) Made with hardened aluminum extrusions: • "Dual Wall" style corner extrusion, clamps around both sides of plywood/laminate. Length of interior leg of corner matches length of exterior leg. • Extra deep interlocking tongue (greater than ½") and groove valence to prohibit twisting. The point of interlocking is where the lid meets and closes onto the case itself. 3) All aluminum extrusions (corners and valence) are to be riveted a minimum of every 5 inches for maximum strength using POP brand rivets. 4) All rivets are to be backed by aluminum extrusions or washers where rivets only go through wood. 5) All door & lid hinges should fully extend to case edges and mounted under the corner clamps. 6) Hardware to meet or exceed Penn Fabrication heavy-duty components. Deep-dish large grip handles, two per side (normally eight per case), unless otherwise specified by USAF Band. Any case with a lift-off lid should have two handles per side for both top and bottom portions of the case where possible (sixteen total). 7) All cases shall have Colson Brand 4"x2" Series 4 Polyurethane Hi-Tech ‘burgundy' casters (part number 4.04109.929-F) rated at 700 lbs per caster, unless otherwise specified. 8) Caster plates are manufactured with at least 18mm 13 ply Birch plywood, routed edges, sanded, painted black, & secured to bottom of case with rivets and T-nuts that extend through the case to hold casters on. 9) Laminate shall be Wilsonart part number D315-50 (.050" thick, textured, high pressure laminate, color is "Platinum") -bonded to the plywood with a fully sprayed epoxy and pressed. (ABS Plastic laminates are not acceptable: they fail when subjected to heat / direct sunlight). 10) Cases shall have the following stenciled in white paint on two sides: Letter shall be in all capitals. USAF BAND BOLLING AFB WASHINGTON DC 11) Drawers & lift-out trays are manufactured with 12mm 9 ply birch. Drawers are to be laminated in the case material, or sanded, primed, and textured in a black spatter paint finish. 12) 12 oz. Ozite carpet used in all trunks, drawers and trays, and where needed or indicated. 13) Latches shall be 5"x7" recessed Heavy Duty Penn Fabrication "hexagonal catch" or equivalent. 14) All exterior length and width dimensions of cases shall be 24", 30", or 48" (Truck-Pack). Heights shall be 38", 50", or 60".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/F1A1A10159A001/listing.html)
 
Place of Performance
Address: USAF BAND, 130 MCCHORD STREET, BOLLING AIR FORCE BASE, WASHINGTON, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN02237296-W 20100813/100812000022-291f055831fa0b59be4bece5019e90bf (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.