SOLICITATION NOTICE
58 -- Purchase and install Public Address System
- Notice Date
- 11/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- Reference-Number-F26600263890
- Archive Date
- 12/19/2002
- Point of Contact
- Jennifer Simmons, Contract Specialist, Phone 702-652-5355, Fax 702-652-5405, - Mary Caputo, Contract Specialist, Phone 702-652-4379, Fax 702-652-5405,
- E-Mail Address
-
jennifer.simmons@nellis.af.mil, mary.caputo@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial supplies and services prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice and Simplified Acquisition Procedures in Part 13. This notice constitutes the only solicitation; a Request for Quotation is being requested and written solicitation will not be issued. The SIC code is 5065, the NAICS code is 421690, the size standard is 500 employees. The requirement is for the following: furnish all labor, tools, parts, materials facilities and transportation necessary to manufacture and install the following equipment and supplies: DESCRIPTION OF REQUIREMENT: A public address system or loudspeaker system in the Weapons Storage Area (WSA) located in Area II, Nellis AFB. The system will assist US Air Force Security Forces in warning intruders that they are approaching a Nellis AFB restricted area. System will be of wireless operation type. System will allow for operation from a designated location within the WSA. EVALUATION CRITERIA: Price and past performance STATEMENT OF WORK: Install ten (10) speaker systems, amplifiers and wireless two-way radio system at designated locations within the WSA five-mile perimeter fence line. Speaker systems must mount on 40 ft standard wooden telephone poles. Amplifiers and wireless radio systems will be mounted in weather resistant enclosure (contractor provided) on poles at a height that will allow maintenance access. All speaker, amplification, and wireless two-way radio systems will be grounded and be lighting protected at both transmitting and receiving locations. All systems will operate from 110V Alternating Current (AC) source. Speaker systems will be fixed horn type (non-pan and tilt, rotate), and have an audible coverage range capability to cover approximately 25,000 feet of fence line perimeter. Sound amplification will be of sufficient volume as to alert intruders outside the perimeter fence line. Amplifiers must be compatible with average summertime temperatures that exceed 110-degree air temperature and approximately 150-160 degree enclosure temperature. Wireless two way radio system will operate in the UHF high band frequency range of 403-470 MHz. Radios will be Department of Defense approved (DD Form 1494) for operation on Nellis AFB. Radio transmitting operation must be simple ?one touch? voice amplification operation with capability to select one of four amplified zones along the WSA perimeter fence line. Transmitting antenna will be mounted to existing antenna tower approximately 150 ft in height. Nellis AFB will provide Ten (10) 40 ft. high wooden poles with AC source in designated locations within the WSA. Nellis will provide high lift vehicle. Individuals designated to install system must meet Nellis AFB security requirements to be granted access to restricted areas. A site visit will be held. The site visit is scheduled for 20 Nov at 9:00 AM. Please contact the Contract Specialist listed below not later than COB 15 Nov 02 to arrange for entry to the site visit. The following FAR clauses apply to this solicitation and subsequent award (as applicable) and incorporated by reference: FAR 52.212-1 Instructions to Offerors -Commercial, FAR 52.212-2 Evaluation of Commercial items, 52.212-3 Offeror Representations and Certifications (Offerors failing to submit completed Representation and Certifications may be considered non-responsive), 52.212-4 Contract Terms and Conditions ? Commercial Items, 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), 52-219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-41 Service Contract Act, , 52.223-5 Pollution Prevention and Right-to-Know Information, 52.228-5, Insurance--Work on a Government Installation, 52.232-33 Mandatory Information for Electronic Funds Transfer, 52.233-3 Protest After Award, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-35 F.O.B Destination. 52.222-42 Statement of Equivalent Rates of Hire: In compliance with the Service Contract Act of 1965, as amended, and the requlations of the Secretary of Labor(29CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract, and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C 5341 OR 5332. This statement is for Information only: It is not a Wage determination Employee Class Monetary Wage-Fringe Electrician $20.01 - $2.15 Electrical Tech I 18.40 - 2.15 Laborer 12.89 - 2.15 Wage Determination NV94-2331-R20 is incorporated into this solicitation and subsequent award. The following DFAR clauses are applicable to this solicitation and subsequent award (as applicable) and are incorporated by reference: 252-204-7004 Required Central Contractor Registration, 252-212-7001 Contract terms and conditions required to implement statutes, or Executive Orders applicable to Defense acquisitions of commercial items, 252.223-7006 Prohibition on storage and disposal of toxic and hazardous materials. The following AFFAR clauses are applicable to this solicitation and subsequent award (as applicable) and are incorporated by reference: 5352.223-9001 Health and Safety on Government Installations, 5352.242-9000 Contractor access to Air Force installations: (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. To view clauses visit the Farsite at http://farsite.hill.af.mil. This solicitation is posted on the Electronic Posting System (EPS) at www.eps.gov. If you are unable to access the web site, call Jennifer Simmons at (702) 652-5355, Fax: (702) 652-5405 or email jennifer.simmons@nellis.af.mil or Mary Caputo (702) 652-4379. Quotes are due on or before 2:00pm PST 04 Dec 02.
- Place of Performance
- Address: Nellis AFB, NV
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN00201526-W 20021109/021107213408 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |