|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 58 -- FORWARD COMMAND POST AUDIO SYSTEM SOL M00681-99-T-0737 DUE
092799 POC CAPT MARC BEGIN (760) 725-3210 Fax: (760) 725-8445 E-MAIL:
beginma@mail.cpp.usmc.mil, beginma@mail.cpp.usmc.mil. 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. The Solicitation Number is
M00681-99-T-0737 and is issued as a Request for Quotation (RFQ). This
is a small business set aside. The Standard Industrial Code is 3651 and
the business size standard is NTE 750 employees. This requirement is
for a fixed price contract for one (1) line item as follows:
Procurement of Forward Command Post Audio System. The audio system is
for a deployable command post consisting of 9 shelters configured in a
25-meter by 40-meter arrangement. The system shall be usable in any
configuration of the shelters or useable in a building or warehouse
when the command can move into a more permanent structure. The system
shall work indoors, outdoors, or a combination of both, over an area of
500-meters by 500-meters in variable terrain. Each shelter shall have
one (1) interior speaker with volume and on/off control. The interior
speaker shall have a rated output of 97 dB at 1 meter and be able to
withstand heat of 130 degrees Fahrenheit. The audio system must have a
multi-paging capability. From a central control module, the system
shall be able to selectively page any single shelter, any group of
shelters, all-page outdoors, all-page indoors and all-page zones and
have the ability to preset groups or zones. The audio control module
shall be of design to support use in any shelter, or in a remote
location. The audio control module shall contain a mixer, hard wire
microphone, wireless microphone, distribution amplifier, audio playback
equipment and an amplifier module that contains power amplifiers. The
hardwire microphone is to be a backup microphone, hard wired with no
batteries. The wireless microphone shall have 100 user selectable UHF
frequencies. A remote dipole antenna is required for extended use. The
system shall include eight (8) high power, outdoor speakers with
stands and cables for the outdoor configuration. The exterior speakers
shall be weather resistant with weather resistant and locking
terminals. The speakers shall be able to be put on a stand or attach to
a shelter or wall by use of a clamp. The cabling shall provide maximum
protection and be suitable for operation in temperatures from sub zero
arctic to extreme high temperatures of the desert. Heavy duty, shock
resistant, waterproof transportation cases for all speakers, mixer,
microphones, and controller shall be provided. A minimum of eight (8)
hours of on-site training on the setup and storage of all equipment
shall be provided. Delivery will be to Supply Officer, MEF Headquarters
Group, BLDG 1663, Camp Pendleton, CA. AWARD WILL BE BASED UPON BEST
VALUE TO THE GOVERNMENT, CONSIDERING TECHINCAL, PRICE, AND PAST
PERFORMANCE. The provisions at FAR 52.212-1, Instructions to Offerors
-- Commercial Items applies. Offerors are required to complete and
include a copy of the following provisions with their proposals: FAR
52.212-3, Offeror Representation and Certifications-Commercial Items;
DFARS Clause 252.212-7000, Offeror Representations and
Certifications-Commercial Items and addendum clause DFARS 252.225-7035,
Buy American Act-North American Free Trade Agreement Implementation
Act-Balance of Payments Program Certificate. FAR clause 52.212-4,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items applies with the following applicable
clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR
52.222-35 Affirmative Action for Special disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
and FAR 52.222-37, Employment Reports on Special Disable Veterans and
Veterans of the Vietnam Era. DFARS 252.212-7001, Contract terms and
conditions required to Implement Statutes or Executive Orders
applicable to defense acquisitions of Commercial Items, applies with
the following clauses applicable to paragraph (b): DFARS 252.225-7007,
Trade Agreements; DFARS 252.225-7012, Preference for Certain Domestic
Commodities; DFARS 252.225-7036, North American Free Trade Agreement
Implementation Act; and DFARS 252.247-7024, Notification of
Transportation of Supplies by Sea. Any contract awarded as a result of
this solicitation will be a DO rated order certified for national
defense use under the Defense Priorities and Allocations System. Offers
must be received no later than 3:00 PM, local time, 27 September 1999.
Desired delivery date is 23 November 1999 after award, FOB Camp
Pendleton, CA 92055. Fax quotes to (760) 725-8445, ATTN: Capt Begin.
This acquisition is being conducted under the guidelines set forth in
the simplified acquisition procedures by written quotation. *******
Posted 09/23/99 (W-SN384026). (0266) Loren Data Corp. http://www.ld.com (SYN# 0259 19990927\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|