Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
MODIFICATION

59 -- Remove and Replace Sound Systems at two Chapels on Fort Wainwright, AK

Notice Date
6/29/2015
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
RCO Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
0010709458
 
Response Due
7/10/2015
 
Archive Date
8/28/2015
 
Point of Contact
Steven Wade, 907-353-2073
 
E-Mail Address
RCO Wainwright (PARC Pacific, 413th CSB)
(steven.w.wade.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number 0010709458 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82, Effective 6 June 2015. This acquisition is 100% set aside for Small Business competition concerns and is under North American Industry Classification Standards (NAICS) code 334310 with the number of employees not to exceed 750. Quotes received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected (in accordance with FAR 52.219-6 Notice of Total Small Business Set-Aside which applies to this solicitation). Description of Requirement: Remove and Replace the Sound Systems in two Chapels on Fort Wainwright, AK. The contractor shall remove the existing sound systems and install new sound systems within the Northern Lights Chapel and Southern Lights Chapel on Fort Wainwright, Alaska 99703. Quote must include all shipping and handling fees and charges to remove the old sound systems components and install the new sound systems. This will include disconnecting and removal of old sound systems, wiring, etc and relocating old sound systems to staging area, installing new sound systems to include programming and tuning and testing of the new systems. The new sound systems must be equal to or better than the requirements and frequencies listed in the SOW's. A complete list of objectives and processes is included in the Statement of Work (SOW) in Attachment 1-Northern Lights Chapel SOW and Attachment 2---Southern Lights Chapel SOW. All work is to be done at two On-Site locations on Fort Wainwright, AK 99703. Attachment 3-shows projected speaker locations in the Northern Lights Chapel. Attachment 4-shows projected speaker locations in the Southern Lights Chapel. Questions: Any questions must be received no later than June 25, 2015, 4:00 PM Alaska Time. Questions must be emailed to the primary and alternate point of contact listed below.Telephone calls for question discussion is discouraged. Quote Information: Quotes must be received no later than Friday, July 10, 2015, at 1600 hours (4:00 P.M.) Alaska Standard Time. Quotes must be e-mailed to the primary point of contact listed below. Contact Information: The Primary Point of Contact for this acquisition will be: Steven Wade, (907) 353-2073, e-mail: steven.w.wade.civ@mail.mil The Alternate Point of Contact is: John R. Quarles, (907) 353-2368, e-mail: john.r.quarles.civ@mail.mil SITE VISIT: A Site Visit will be scheduled for Thursday, June 18, 2015 at 9:00 AM (Alaska Time). All interested Vendors will convene at Bldg 1064 Apple Street, Room 213, Fort Wainwright, AK 99703 at 9:00 AM. Please e-mail the names of who will be attending the Site Visit to the Primary Point of Contact no later than Wednesday, June 17, 2015 at 1:00 PM (Alaska Time). BASIS FOR AWARD: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM) and have the appropriate NAICS CODE 334310 loaded in their Reps and Certs Section in SAM. Vendors may register at: http://www.sam.gov. Contract will be awarded on the Lowest Price Technically Acceptable offer that meets the requirements listed in this solicitation and the SOW. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Provision 52.204-07, System for Award Management. FAR Provision 52.211-6, Brand Name or Equal. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. FAR Provision 52.233-2, Service of Protest. FAR Provision 52.252-1, Solicitation Provisions Incorporated by Reference. DFAR Provision 252.203-7005, Representation Relating to Compensation of Former DOD Officials. DFAR Provision 252.204-7011, Alternative Line Item Structure. DFAR Provision 252.215-7008, Only One Offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.212-5, Contract Terms and Conditions Required toImplement Statutes or Executive Orders/Commercial Items. FAR Clause 52.203-3, Gratuities. FAR Clause 52.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR Clause 52.204-9, Personal Identity Verification of Contractor Personnel. FAR Clause 52.204-13, System for Award Management. FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR Clause 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data. FAR Clause 52.219-1, Small Business Program Representations. FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. FAR Clause 52.219-14, Limitations on Subcontracting. FAR Clause 52.219-28, Post Award Small Business Program Representation. FAR Clause 52.222-3, Convict Labor. FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-35, Equal Opportunity for Veterans. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.222-37, Employment Reports Veterans. FAR Clause 52.222-40, Notification of Employees Rights Concerning Payment of Union Dues or Fees. FAR Clause 52.222-50, Combating Trafficking in Persons. FAR Clause 52.223-3, Hazardous Material Identification and Materiel Safety Data. FAR Clause 52.223-5, Pollution Prevention and Right-to-know Information. FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Clause 52.228-5, Insurance-Work on a Government Installation. FAR Clause 52.232-18, Availability of Funds. FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR Clause 52.232-39, Unenforceability of Unauthorized Obligations. FAR Clause 52.233-3, Protest After Award. FAR Clause 52.233-4, Applicable Law for Breach of Contract Claim. FAR Clause 52.237-1, Site Visit. FAR Clause 52.252-2, Clauses Incorporated by Reference. DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. DFAR Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. DFAR Clause 252.204-7003, Control of Government Personnel Work Product. DFAR Clause 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFAR Clause 252.211-7003, Item Unique Identification and Valuation. DFAR Clause 252.223-7001, Hazard Warning Labels. DFAR Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFAR Clause 252.223-7008, Prohibition of Hexavalent Chromium. DFAR Clause 252-225-7036, Buy American Act And Balance of Payments Program. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.232-7010, Levies on Contract Payments. DFAR Clause 252.243-7002, Requests for Equitable Adjustment. DFAR Clause 252.244-7000, Subcontracts for Commercial Items. Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Attachments: Attachment 1---Northern Lights Chapel SOW Attachment 2---Southern Lights Chapel SOW Attachment 3---Speaker locations for NLC Attachment 4---Speaker locations for SLC Contracting Office Address: RCO-AK (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703 Place of Performance: Northern Lights Chapel, Bldg 3430, Fort Wainwright, AK 99703. Southern Lights Chapel, Bldg 4107, Fort Wainwright, AK 99703.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d468a5e3774855e9c5c0a97333c65125)
 
Place of Performance
Address: Northern and Southern Lights Chapels Bldgs 3430 and 4107 Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN03779184-W 20150701/150629234526-d468a5e3774855e9c5c0a97333c65125 (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.