Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2015 FBO #5026
SOLICITATION NOTICE

16 -- Aerial Speakers - Combined Synopsis/Solicitation

Notice Date
8/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
 
ZIP Code
88103-5321
 
Solicitation Number
H92276-15-R-0019
 
Archive Date
9/18/2015
 
Point of Contact
Christopher R. Davalos,
 
E-Mail Address
christopher.r.davalos.mil@mail.mil
(christopher.r.davalos.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation 1)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; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and Defense Change Notice 20150803. 3)The Product Service code is 1680, NAICS is 334310. 4)Description: a)CLIN 0001 (04 EA) - PowerSonix AHD1200S (2 left and 2 right speakers) (1200 watt, 4 horn (2-by-2) self contained amplified speaker payload for UH-1H helicopter) loudspeaker or equal item Specifications: Horns: 4 in a 2 by 2 array Amplifier: PSAMP1200 Operating Voltage: 24-32 Volts DC Sensitivity: 1 Volt RMS @ 1KHz Frequency Range: 400-500 Hz THD: Less than 1% SPL @ 1m: 142db Range at 70dB: 1.25 miles (2000m) Transducer Resistance - 1.8Ohms per driver Batteries: (2 per AHD1200 in series) - 14 Volt, 50 Ah Operation Time Per Charge: 4 Hours Continuous Speech Battery Charger: 25 Amp; Fully Automatic Temperature Range: -40 C to 50 C Audio Path: +/- 30 degrees Finish: Power Coat (Olive Drab Standard) Weight of Complete AHD-1200/ Payload: 198.5 Lbs/90 KG Space Requirement for AHD-1200/Payload: 25"x15"x36"/53.5cm x 38cm x 152cm Equipped with the following accessories: -Remote control unit -Left battery case -Right battery case -AC-DC battery charger -Battery to charger cable -Y-cable for dual system operation -Auxillary audio cable -Battery to battery series cable -Remote control cable for testing and single system operation b)CLIN 0002 (01 EA) - Shipping 5)Delivery shall be F.O.B. Destination to: Ronald Kwikiriza United States Embassy Plot 63/67, Spring Road, Bugolbi Kampala, Uganda The following provisions applies to this acquisition: FAR 52.211-6 Brand Name or Equal FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 1.Price 2.Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards of Item Descriptions, the stated Delivery Date, and Quality Products (i.e., products brochures and/or products data shall be attached to the price proposal). All offers will be ranked according to the total evaluted price and then reviewed for technical acceptability. If the lowest priced offer is determined to be technically acceptable, further evaluation of the remaining quotes will not take place. *All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. (End of Provision) The following FAR clauses applies to this acquisition: 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 - Commercial Items. The following FAR Clauses under this clause are checked and are applicable: FAR 52.222-19 Child Labor; FAR 52.225-13 Restrictions on Certain Foreign Purchases ; FAR 52.232-33 Payment by Electronic Funds Transfer The following FAR and DFAR clauses also apply to this Solicitation: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.214-34 Submission of Offers in the English Language; FAR 52.225-14 Inconsistency between English Version and Translation of the Contract; FAR 52.233-1 Disputes, FAR 52.225-17 Evaluation of Foreign Currency Offers, FAR 52.252-1 Solicitation Provisions Incorporated by reference, FAR 52.252-2 Clauses Incorporated by reference, DFAR 252.225-7041, Correspondence in English; DFAR 252.225-7042, Authorization to Perform; DFAR 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States, DFAR 252.229-7000, Invoices exclusive or Taxes or Duties; DFAR 252.229-7001, Tax Relief; DFAR 252.232-7008, Assignment of Claims (Overseas); FAR 52.204-7 System for Award Management Registration; FAR 52.232-8 Discounts for prompt payment, FAR 52.233-3, Protest after Award; DFAR 252.232-7006, Electronic Submission of Payment Requests, WAWF Instructions. DFAR 252.247-7023 Transportation of Supplies by Sea. The full text of these clauses and provisions may be assessed electronically at the following website: http://farsite.hill.af.mil. 6)Quotes must be signed, dated and submitted by 3 September 2015, 1700hrs, East Africa Time Zone (UTC +03:00). Quotes shall be electronically submitted via email and received by both of the following point of contact (POC). TSgt Christopher Davalos - christopher.r.davalos.mil@mail.mil 7)For further inquiries, please email the POC listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/H92276-15-R-0019/listing.html)
 
Place of Performance
Address: United States Embassy, Plot 63/67, Spring Road, Bugolbi, Kampala, Uganda, Kampala, Non-U.S., United States
 
Record
SN03857551-W 20150828/150827000441-2c8a6780f5c05dcaccf6609b89cf1335 (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.