SOLICITATION NOTICE
71 -- AUDIO VISUAL SYSTEM UPGRADE
- Notice Date
- 8/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-Q-0388
- Archive Date
- 9/1/2010
- Point of Contact
- Tina M. Panasci, Phone: 315-330-1909
- E-Mail Address
-
tina.panasci@rl.af.mil
(tina.panasci@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items to be acquired under FAR Part 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100713. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is a total small business set-aside. The NAICS code is 334310 and small business size standard is 750 employees. SITE VISIT: There is a highly encourgaed site visit scheduled for 9 AM (ET) TUE 10 AUG 2010. Potential offerors must contact the Contract Specialist by email no later than 3 PM (ET) FRI 06 AUG 2010 to reserve attendance. The contractor shall provide the following items on a Firm Fixed Price (FFP) basis. PLEASE NOTE: (a) offerors must include all necessary labor to deliver a turn-key system, including but not limited to installation, programming, engineering, designing, terminating, cabling, testing, demonstrating via PowerPoint and recording, and training AV room operators. (b) offerors shall specify the warranty term for each product and include shipping FOB Destination in the total price. (c) the Contractor shall provide manuals inclusive of the individual components and a system diagram with operating instructions for the system and remote operation. (d) the following system represents a solution that is known to fulfill the Government's requirement. BRAND NAME OR EQUAL PRODUCTS will be accepted. Item 1: 21 SPACE RACK WITH CASTERS, 3 SPACE DRAW, FRONT AND REAR LOCKING DOORS, RACK MOUNT SURGE STRIP, Including System Install Qty: 3 Item 2: PROGRAMMABLE TOUCH SCREEN REMOTE CONTROL SYSTEM PACKAGE, Including Installation/Programming (Xantech XTR39 or equal) Qty: 3 Item 3: SUBWOOFER (Cerwin Vega XLS-12S or equal) Qty: 3 Item 4: SPEAKERS (1 PAIR), WALL SURFACE MOLD, 2 GANG SURFACE BOX AND A/V TERMINATION PLATE, A/V CABLE PACKAGE, CAT 5E, HDMI, AUDIO LINE, SPEAKER, HD-15 VIDEO BALUNS (JBL CBT50 or equal) Qty: 3 Item 5: DBX DRIVE RACK PA, DSP AUDIO PROCESSOR Qty: 3 Item 6: AMPLIFIER 185 WATT/CHANNEL (QSC RMX850 or equal) Qty: 3 Item 7: MIXER, 7 INPUT MIC/SOURCE (Roll RM67 or equal) Qty: 3 Item 8: PROJECTOR, WITH SPYDER VECTOR PRO PROJECTOR MOUNT, EXT. PIPE, STRUTS, HARDWARE (Canon Realis SX60 or equal) Qty: 3 Item 9: AUDIO/VIDEO MATRIX, 8x4 (Kramer RGBHV or equal) Qty: 3 Item 10: DVD PLAYER, BLURAY (Toshiba BDX2500 or equal) Qty: 3 Item 11: DVD RECORDER, MULTIFORMAT WITH BUILT-IN DIGITAL TUNER (Toshiba DR570 or equal) Qty: 3 Item 12: PROJECTION SCREEN, MANUAL 150 INCH MATTE WHITE (Elite ELTM150UWH2 or equal) Qty: 3 Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The delivery date is within 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due by 3 PM (ET) TUESDAY 17 AUGUST 2010. Submit by email to tina.panasci@rl.af.mil, by fax to 315-330-2555, or by mail to AFRL/RIKO, Attn: Tina Panasci, 26 Electronic Pkwy, Rome NY 13441-4514. (b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This may include product literature, or other documents, if necessary. (b)(10) Submit past performance information for no more than 5 projects completed within the last 3 years which are similar to this project in terms of scope and magnitude. Include contract names/titles, values, and points of contact (with telephone and email). (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. 52.212-2, Evaluation -- Commercial Items. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE, (ii) TECHNICAL CAPABILITY, and (iii) PAST PERFORMANCE. All factors are of equal importance. 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (b) of this provision with their quote. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply: 52.219-6 Alt I, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.227-7015, Technical Data - Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.211-6, Brand Name or Equal 252.225-7000, Buy American Act - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 5352.201-9101, OMBUDSMAN with the following filled in: Karen Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort. All responsible organizations may submit an offer which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0388/listing.html)
- Record
- SN02226842-W 20100805/100803235335-1ffe0db63741f868f0b3a831a5b2a355 (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 |