SOLICITATION NOTICE
99 -- OUTDOOR PA SYSTEM
- Notice Date
- 9/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Fort Leonard Wood DOC, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S710T0322
- Response Due
- 9/27/2010
- Archive Date
- 11/26/2010
- Point of Contact
- Teresea Crowe, 573-596-0762
- E-Mail Address
-
Fort Leonard Wood DOC
(teresea.crowe@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-10-T-0322 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 dated 02 August 2010. This is procurement is a small business set aside under NAICS 334310 with a size standard of 750 employees. Ft. Leonard Wood MO requires the following items: CLIN 0001- 1 each MILITARY PA SYSTEM. 50L X 40W (IN), Complete weatherproof military audio system. Will accurately reproduce and project voice and music up to 1 mile away in a circular area. System Includes: (4) Technomad Hi-Q Omaha Self-Casing Loudspeakers, (4) 50ft 12-Gauge Outdoor Speaker Cable, (1) C200 Stereo High powered amplifier, (1) Storage Case for Mixer and Amp, (4) wall mount speaker brackets, (1) mixer with multiple Mic & CD inputs, (1) Switched Dynamic Microphone and Cable, (1) rack mounted CD player, All patch cords, assembly, and testing. 120V AC Powered. (2) of the Omaha Loudspeaker will contain 300w internal 70v transformers. Delivered ready-to-usE. FOB: Destination. Delivery Location: Directorate of Plans, Training, & Mobilization, DPTM Vicki Reed, 203 Illinois Avenue, Suite 1, Fort Leonard Wood, MO 65473-5000. CLIN 0002- 1 each OUTPUT PACK 3. 35L X 40W (IN), Military PA Output System - Includes (4) Pismo self-casing weatherproof loudspeakers, matched amplifier, flight case for amplifier, (4) 50' speaker cables, (4) wall mount speaker brackets, integration. Requires: Technomad Audio Source Pack or Technomad Link Kit for audio signal. Part of a Technomad modular PA system (for force protection or basewide paging applications). FOB: Destination. Delivery Location: Directorate of Plans, Training, & Mobilization, DPTM Vicki Reed, 203 Illinois Avenue, Suite 1, Fort Leonard Wood, MO 65473-5000. CLIN 0003- 1 each OUTPUT PACK 2. 35L X 40W (IN), Military PA Output System - Includes (2) Omaha self-casing weatherproof loudspeakers, matched amplifier, mixer, flight case for amplifier, (2) 50' speaker cables, (2) wall mount speaker brackets, integration. Requires: Technomad military control rack (provides cd/tape player, mixer, hand-held mic, more), a Technomad wireless receiver kit, or a Technomad fiber-optic receiver kit. FOB: Destination. Delivery Location: Directorate of Plans, Training, & Mobilization, DPTM Vicki Reed, 203 Illinois Avenue, Suite 1, Fort Leonard Wood, MO 65473-5000. CLIN 0007- 1 each OUTPUT PACK 5. 25L X 40W (IN), Description: Output pack - remote / subordinate PA system to be used with a Technomad Audio Source Pack. Projects audio 300 yards away in a semicircular area. System Includes: (6) Technomad Abra Weatherproof Loudspeaker s, (2) 50 12-Gauge Outdoor Speaker Cable, (1) 70v Stereo High powered amplifier, (1) Hardigg ProRack 4U Storage Case for Mixer and Amp, (2) wall mount speaker brackets, all patch cords, assembly, and testing. 120 V AC Powered. Black. Delivered ready-to-use. For modular PA use with Technomad Audio Source Pack and / or Link Kit products. FOB: Destination. Delivery Location: Directorate of Plans, Training, & Mobilization, DPTM Vicki Reed, 203 Illinois Avenue, Suite 1, Fort Leonard Wood, MO 65473-5000. CLIN 0012- 3 each WIRELESS MICROPHONE SYSTEM, HANDHELD. 10L X 2W (IN), (3) high quality handheld wireless microphone system. Integrates into any Technomad military PA system. Operating range up to 200 yds., dependent on weather conditions and RF environment. Frequency Range: 710.2 to 745.6 MHz. FOB: Destination. Delivery Location: Directorate of Plans, Training, & Mobilization, DPTM Vicki Reed, 203 Illinois Avenue, Suite 1, Fort Leonard Wood, MO 65473-5000. CLIN 0013- 2 each WIRELESS MIC SYSTEM, LAPEL. 10L X 2W (IN), (2) high quality lapel wireless microphone system. Integrates into any Technomad military PA system. Operating range up to 200 yds dependent on weather conditions and RF environment. Frequency Range: 710.2 to 745.6 MHz Allows for no-hands mic use, wirelessly. More sensitive to feedback than Hand held or headset versions of the wireless mic (-731 and -751). FOB: Destination. Delivery Location: Directorate of Plans, Training, & Mobilization, DPTM Vicki Reed, 203 Illinois Avenue, Suite 1, Fort Leonard Wood, MO 65473-5000. CLIN 0014- 1 each MIXER EXPANSION. 8 input Mic/Line, 1U. This acquisition is a Brand Name or Equal in accordance with FAR 52.211-6. Products model numbers are offered as an example only. Vendors must quote the brand name or the equivalent of the brand name to be considered for award. To be considered for award offerors of equal products must meet all of the salient characteristics listed above. Vendors must clearly identify the offered item by brand name, make or model number, provide descriptive literature such as illustrations; specification sheets that clearly demonstrate that the offered item meets the salient characteristics listed above. Vendors must clearly describe any and all modifications to the offered item that will make it conform to the salient characteristics listed above. The contracting officer will evaluate equal products on the basis of the information provided by offerors. Unless the offeror clearly indicates in its quote that the item being offered is an equal product the offeror shall provide the brand name item specified in this solicitation. The following FAR provision is incorporated into this RFQ: 52.211-6 Brand Name or Equal. Basis for award is the vendor offering the lowest evaluated price for items conforming to the salient characteristics specified for each item. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable and are incorporated by reference: FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, shall be include with offer. 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I. 52.203-13, Contractor Code of Business Ethics and Conduct. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-8, Utilization of Small Business Concerns. 52.219-28, Post Award Small Business Program Rerepresentation. 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. 52.222-54, Employment Eligibility Verification. 52.225-1, Buy American ActSupplies. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.219-1, Small Business Program Representations. 52.242-15,Stop-Work Order. 52.246-2,Inspection Of Supplies--Fixed Price. 52.247-34,F.O.B. Destination. 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE: http://www.farsite.hill.af.mil,http://www.arnet.gov/far, http://www.acq.osd.mil/dpad/dars/dfars/index.htm. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) - applies to this acquisition and the following clauses: 52.203-3, Gratuities. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payments Program. 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023, Transportation of Supplies by Sea. 252.243-7001, Pricing of Contract Modifications. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. 252.243-7001 Pricing Of Contract Modifications. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 09:00 am. Central Daylight Time on 27 September 2010. Quotes shall be submitted via e-mail to teresea.crowe@us.army.mil or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: Teresea Crowe; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-10-T-0322 in the subject line. The point of contact for this solicitation is Teresea Crowe, Contract Specialist; phone (573) 596-0762 (collect call will not be accepted).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9966791b329f8fee10972f55e23ac453)
- Place of Performance
- Address: Fort Leonard Wood DOC Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Zip Code: 65473-0140
- Record
- SN02290385-W 20100923/100921235027-9966791b329f8fee10972f55e23ac453 (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 |