Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

58 -- 2-Way Intercom/PA system

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-06-T-0138
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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. FA4621-06-T-0138 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-12, Effective 04 Aug 2006. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 334511. McConnell AFB KS plans to acquire the following items. LINE ITEM 0000- (one) each, Aiphone 40 Call Console Master, Part #LAF-40C or equal. LINE ITEM 0001- 3 (three) each, Aiphone 10 Call Master, Part # LEF-10 or equal. LINE ITEM 0002- 40 (forty) each, Aiphone Capacitor for speakers, Part #NP-25V or equal. LINE ITEM 0003- 40 (forty) each, Aiphone Ceiling mounted sub station, Part #AS-3N or equal. LINE ITEM 0004- 40 (forty) each, Aiphone Wall mounted call button, Part# NP-B or equal. LINE ITEM 0005- 3 (three) each, Aiphone power supply, Part# PS-122UL or equal. LINE ITEM 0006- 3(three) each, Aiphone paging adaptor for All page, Part# BA-1 or equal. LINE ITEM 0007- 3 (three) each, Biamp 6 imput 300 watt mixer amp, Part # MXA300 or equal. LINE ITEM 0008- 25 (twenty-five) each, EV 4? ceiling mounted speaker, Part# EVIDC4.2 or equal LINE ITEM 0009- 6 (six) each, Ev 4? wall mounted speaker, Part # EVID4.2t or equal LINE ITEM 0010-1 (one) each, Denon 5 disc CD changer and tuner, Part# DN-H800 or equal LINE ITEM 0011-1 (one) each, Middle Atlantic 12 space equipment rack, Part #DWR-18-22 or equal LINE ITEM 0012- 1(one) each, Middle Atlantic front door for rack, Part# PFD - 18 or equal LINE ITEM 0013-1(one) each, Middle Atlantic rack mount power strip, Part# PD-920R-NS or equal LINE ITEM 0014- 1(one) each, Middle Atlantic equipment shelf, Part # RC-3 or equal LINE ITEM 0015- 1 (one) each, Middle Atlantic 1 space blank plates, Part #EB1-CP12 or equal LINE ITEM 0016-7000 (seven thousand) each, General 2 conduit wire for sub stations, Part# 16AWG or equal LINE ITEM 0017- 3000 (three thousand) each, General 2 conduit wire for paging, Part # 18AWG or equal LINE ITEM 0018- 1(one) each, miscellaneous cables, connectors and hardware. LINE ITEM 0019- 120 (one hundred and twenty) hours, Labor to install above 2-way intercom system. Please incorporate estimated shipping charges, if any, into each individual line item. A Site Visit for the requirement will be on location (Education Wing, McConnell AFB) and will be conducted on the 12 of Sep to allow for questions and inquiries. To attend Site Visit prospective contractors must call Lt. Mike Murphy at (316) 759-4532 or email at michael.murphy-06@mcconnell.af.mil to get a time and place of meeting. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor will be used to evaluate offers: Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.211-6, Brand Name or equal. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. AFFARS 5352.201-9101, Ombudsman. Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 4:00 p.m. Central Standard Time 18 Sep 2006. Offers can be emailed to michael.murphy-06@mcconnell.af.mil.
 
Place of Performance
Address: 22 MSS/DPE, 53474 LAWRENCE CT, STUITE 110, MCCONNELL AFB KS
Zip Code: 67221
Country: UNITED STATES
 
Record
SN01131459-W 20060902/060831221231 (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.