SOLICITATION NOTICE
58 -- Giant Voice Upgrade
- Notice Date
- 8/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- F3F3Q11214AC01
- Archive Date
- 9/9/2011
- Point of Contact
- David J. Wright, Phone: 208-828-6477, Phillip M Manwaring, Phone: 2088286479
- E-Mail Address
-
david.wright@mountainhome.af.mil, phillip.manwaring@mountainhome.af.mil
(david.wright@mountainhome.af.mil, phillip.manwaring@mountainhome.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3Q11214AC01 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and through Department of Defense Acquisition Regulation Change Notice 20110725. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 334220; Small Business Size Standard: 750 - This requirement is to update our giant voice notification system here at Mountain Home AFB. If quoting on this requirement, offerors must have the exact items or items equal to it. - (v) CLIN 0001: Qty: 2 Ea. Part # WPS2905-MC, or equal. Description: Omnidirectional warning siren capable of 6 standard tones, prerecorded voice and live public address. Rated 123 dB at 100 ft CLIN 0002: Qty: 2 Ea. Part # C2020NH-MC, or equal. Description: Two Way Control, 10 Digit DTMF VHF(Narrowband) with antenna. CLIN 0003: Qty: 2 Ea. Part # TS-MC, or equal. Description: Tone squelch for narrowband radio option. CLIN 0004: Qty: 2 Ea. Part # SBC-2/80-MC, or equal. Description: Solar power system, 2- 80 watt panels, mounting bracket and regulator. CLIN 0005: Qty: 2 Ea. Part # WPSBATT-MC, or equal. Description: One pair of batteries for use with the WPS-2900 and WPS-4000 siren system. Batteries are hazardous material. CLIN 0006: Qty: 2 Ea. Part # ST-POLE-50, or equal. Description: 50 ft steel pole, includes delivery CLIN 0007: Qty: 14 Ea. Part # XCELL29, or equal. Description: Extra cell kit for WPS2800/2900 series siren. Includes speaker driver This equipment will convert 7 existing WPS2803s to WPS2805. 2 XCELL29 required per unit CLIN 0008: Qty: 1 Ea. FREIGHT CLIN 0009: Qty: 2 Ea. INSTALL 50 ft steel pole - To include all travel and equipment (vi) FOB-Destination for delivery to: Mountain Home AFB, ID, 83648. Delivery NLT 12 weeks ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act -- Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Quotes must be emailed to David Wright at david.wright@mountainhome.af.mil or faxed to (208) 828-2658. Quotes are required to be received no later than 1500 MST, 25 Aug 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3Q11214AC01/listing.html)
- Place of Performance
- Address: 366 Gunfighter Ave., Mountain Home, Idaho, 83648-5258, United States
- Zip Code: 83648-5258
- Zip Code: 83648-5258
- Record
- SN02539307-W 20110820/110818234947-891cffb59c8eb3f08992b7bfe140f587 (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 |