SOLICITATION NOTICE
58 -- SOUND ISOLATION ROOM
- Notice Date
- 8/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- TCC-Kaiserslautern (PARC Europe, 409th CSB), KO DIRECTORATE OF CONTRACTING, UNIT 23156, APO, AE 09227
- ZIP Code
- 09227
- Solicitation Number
- W564KV-14-T-0133
- Response Due
- 9/15/2014
- Archive Date
- 10/28/2014
- Point of Contact
- Bunnie Martinez, 06314115526
- E-Mail Address
-
TCC-Kaiserslautern (PARC Europe, 409th CSB)
(bunnie.k.martinez.mil@mail.mil)
- Small Business Set-Aside
- N/A
- 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. (I) 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; proposals are being requested and a written solicitation will not be issued. This is a brand name or equal solicitation. (II) Solicitation W564KV-14-T-0133 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-76. (IV) Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 238210. (V) SCHEDULE OF SUPPLIES/SERVICES: Description Qty Unit Unit Price Extended Price CLIN 0001 SNDLK NON06'11 quote mark X04'05 quote mark X08'07 quote mark SoundLok Sound Module *Does not include the VAE technology, these rooms are too small for the VAE technology. *Non-upgradable sound isolation room *Outside dimension: 6;11 quote mark x4'5 quote mark *Inside height dimension: 7'6 quote mark *HVAC connection *Manual light switch *GREENGUARD certified *Warranty: 5 years *220 Volt electrical, same as order #1540220 See Attachment 01 for the Statement of Work (SOW) (including paragraphs 1.2, 1.4, 1.6.2) for required salient characteristics of the Education Trailers integrated with interactive training scenarios. 4 EA $ $_________ Description Qty Unit Unit Price Extended Price CLIN 0002 VERTICAL CLOSURE-16 quote mark TO 24 quote mark See Attachment 01 for the Statement of Work (SOW) (including paragraphs 1.2.5) for required salient characteristics of the Sound Isolation Room. 5 EA $ $_________ Description Qty Unit Unit Price Extended Price CLIN 0003 Horizontal CLOSURE-16 quote mark TO 24 quote mark See Attachment 01 for the Statement of Work (SOW) (including paragraphs 1.2.5) for required salient characteristics of the Sound Isolation Room. 60 Job $ $_________ Description Qty Unit Unit Price Extended Price CLIN 0004 Installation See Attachment 01 for the Statement of Work (SOW) (including paragraph 1.4.1) for required salient characteristics for Installation. 1 Job $ $_________ Description Qty Unit Unit Price Extended Price CLIN 0005 Shipping Freight/Handling Charge: Ship to: U.S. Army in Europe Band at building 152, Sembach, 67681 Germany See Attachment 01 for the Statement of Work (SOW) (including paragraph 1.4) for required salient characteristics for Shipment. 1 Job $ $_________ (VI) This solicitation is for the purchase and installation of a Sound Isolation Room. Salient characteristics and Statement of Work (SOW) can be found in the attachments. If an offeror believes they have an equal product which meets all the features and functionality of the salient characteristics as stated in the SOW, they may submit a quote for that product and provide a documentation showing that they meet or exceed the salient characteristics. It will be evaluated for technical acceptability. If it is determined by the Government not to be an item that meets the salient characteristics, the offer will not be considered for award (VII) FOB Destination point is: U.S. Army in Europe Band Building 152, Sembach, 67681 Germany with a delivery date of 30 days after receipt of order (ARO). (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) The provision FAR 52.212-2, Evaluation-Commercial Items in its latest edition applies to this solicitation. The government intends to award a firm fixed price contract to the lowest priced technically acceptable offeror without discussions with respective offerors. Specifications are stated in the CLIN descriptions above and both the Salient Characteristics and SOW are listed as attachments. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (X) Offerors are to include, along with their offer, a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://www.sam.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XII) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION) in its latest edition applies to this solicitation. (XIII) The following clauses and provisions apply to this solicitation and are included in full text or by reference with the same force and effect as if they were given in full text: 52.204-7, System for Award Management-Alternate 1 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest when Subcontracting... 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-6, Brand Name or Equal 52.212-4, Contract Terms and Conditions-Commercial Items 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.225-17, Evaluation of Foreign Currency Offers 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities... 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-1, Solicitation Provision Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004, Alternate A, System for Award Management 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - FY 2014 Appropriation (DEV 2014-O0009) 252.211-7003, Item Identification and Valuation 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7041, Correspondence in English 252.225-7993, Prohibition on Contracting with the Enemy in U.S. Central Command Theater of Operations (Dev 2014-O0008) 252.229-7000, Invoices Exclusive of Taxes of Duties 252.229-7001, Tax Relief-Alternate 1 252.229-7002, Customs Exceptions (Germany) 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7008, Assignment of Claims (Overseas) 252.232-7010, Levies on Contract Payments 252.233-7001, Choice of Law (Overseas) 252.243-7001, Pricing of Contract Modifications CCE-204-4000, US and Host Nation Holidays CCE-225-4001, Installation Clearance Requirements CCE-232-4001, Foreign Vendors Requesting Payment via Electronic Funds Transfer CCE-233-4000, Independent Protest Review Official CCE-233-4002, AMC-Level Protest Program CCE-239-4000, Electromagnetic Compatibility Directive (XIV) N/A. (XV) Offerors are requested to submit questions to the email address noted below not later than, 2:00 PM CET, 5 September 2014. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Offers are due to the following addresses: bunnie.k.martinez.mil@mail.mil by 16:00 PM CET, 15 September 2014. All responsible sources that submit a response, if timely received, shall be considered by the agency. (XVI) The point of contact for this solicitation is: SSG Martinez, Bunnie, bunnie.k.martinez.mil@mail.mil telephone +49 (0)631 4115526.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/60e98ede2581cd82f06986c61c0bd696)
- Place of Performance
- Address: TCC-Kaiserslautern (PARC Europe, 409th CSB) KO DIRECTORATE OF CONTRACTING, UNIT 23156 APO AE
- Zip Code: 09227
- Zip Code: 09227
- Record
- SN03490295-W 20140831/140830000712-60e98ede2581cd82f06986c61c0bd696 (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 |