MODIFICATION
71 -- Sound Cabinets
- Notice Date
- 8/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 337129
— Wood Television, Radio, and Sewing Machine Cabinet Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3Z0452048A002-holt
- Archive Date
- 9/8/2012
- Point of Contact
- Joseph Holt, Phone: 707-424-7743
- E-Mail Address
-
joseph.holt@us.af.mil
(joseph.holt@us.af.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 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. The solicitation number is F3Z0452048A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 2012; Defense DPN 20120724 effective 24 Jul 2012, and AFAC 2012-0330 effective 30 Mar 2012. This acquisition is Small Business Set-Aside; The North American Industry Classification System (NAICS) code is 337129 The business size standard is 500 employees. The Federal Supply Class (FSC) is 7125. The Standard Industrial Classification (SIC) is 2517. Travis AFB has a requirement for 2 sound cabinets IAW attached SOW as well as the information listed below and the picture attached. Twin Peaks Chapel (bldg. 7766): 1) 18" of vertical clearance for the monitor. 2) Computer tower must be contained in the cabinet/lockable. 3) Keyboard tray for the computer keyboard. 4) Measurements should be within 58W x 81L x 45H First Street Chapel (bldg. 438): 1) Cabinet should be in "L" shape, or designed efficiently to contain all sound system/projection system components in the sound booth. 2) 18" of vertical clearance for the monitor. 3) Computer tower must be contained in the cabinet/lockable. 4) Keyboard tray for the computer keyboard. 5) Cabinet should be between 35-59 inches in height, and meet the specs in the attached drawing Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 52.212-3 ALTERNATE FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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 factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total SB Set Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions DEVIATION 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352-201-9101 OMBUDSMAN FAR 52.232-18 Availability of Funds. - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. All quotes must be valid until 1Oct12. 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 21 Aug 2012 1500PST. The site visit is Scheduled for Wed 22 Aug 2012 at 1500 local time (pacific). Contractors are to meet at the Visitors Center parking lot at 1445 local time to travel to the site local. No other site visits are scheduled at this time. A base pass is not necessary as transportation will all be off-base. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with as well as a camera to photograph parts to fit in the cabinets; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. These products must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-0288. NO LATER THAN 23 Aug 2012, 1030, PST and offers NO LATER THAN 24 Aug 2012, 1400, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email joseph.holt@us.af.mil to confirm the quote was received. Point of contact is SrA Holt, Contract Specialist, telephone 707-424-7743. Material is oak, and will be matching stained wood. Double doors allow easy access to both churchs; however, one will be located on the second floor so will need to be either lifted up or go up stairs. The attached picture is just a layout of the room on the second floor, not the design for the cabinet.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0452048A002-holt/listing.html)
- Place of Performance
- Address: Bldg 7766 and 438, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02852782-W 20120825/120824000922-8fa9f900280c5debffc3ef00a9005fe0 (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 |