Federal Bid

Last Updated on 15 Oct 2009 at 8 AM
Combined Synopsis/Solicitation
Lane South carolina

Purchase Install Chapel Sound System

Solicitation ID FA8601-09-T-0138
Posted Date 30 Sep 2009 at 7 PM
Archive Date 15 Oct 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Lane South carolina United states

This is a combined synopsis/solicitation for full and open commpetition 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA8601-09-T-0138 and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, Effective 10 Sep 2009 and Class Deviation 2009-O0011. The North American Industry Classification System (NAICS) code for this acquisition is 334310 with an associated size standard of 750 employees. Contractors must be registered in the Central Contractor Registry (CCR) prior to award for solicitations issued after 31 May 98. The web site for the CCR is http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The telephone number for CCR is 1-888-CCR-2423 and the Fax number is 1-703-696-0213.

The Contracting Squadron, 88 CONS/PKBB, will make the following acquisition: The solicitation issue date is 30 Sep 09 and will close 30 Sep 09 at 6:00 p.m. EST to provide Sound System, Wright-Patterson Air Force Base, OH.

ITEM DESCRIPTION QTY ITEM COST TOTAL COST
040189 Bose MB4 Panaray Subwoofer, Black 4 ea
040098 Bose WMB-MA12 Bi-Pivot Mounting Bracket, Black 2 ea
028337 Bose MA-12 Coupler, Black 2 ea
040192 Bose MA-12 Panaray Line Array Speaker, Black 1 ea
DSi1000 Crown Dual Channel Power Amplifier 2 ea
UR24D/SM58 Shure Two Channel UHF Wireless w/ (2) SM58 Xmitters 2 ea
UR14D Shure Two Channel UHF Wireless w/ (2) UR1 Xmitters 1 ea
UR14S Shure One Channel UHF Wireless w/ (1) UR1 Xmitter 1 ea
UA845 Shure Wideband UHF Antenna and Power Distribution 1 ea
WL50 Shure Omni directional Lavalier Mic for UR1 Xmitters
(Wireless mic systems total is 4 handheld plus 3 lapel) 3 ea
LS9-32 Yamaha 32 Channel Digital Mixing Console 1ea
PS-8R Furman Power Sequencer, Remotable 1 ea
Furman MP-20
Furman Remote Power Distro, 20A 2 ea
Furman M-10 Furman Rackmount Power Distro, 15A
1ea
WD417-72V Atlas 70V Wall Speaker with Volume Control 4 ea
EZHD72W Atlas 70V Ceiling Speaker w/ Baffle 10 ea
AT100 Atlas 70V Single Gang Volume Control 1 ea
CDi1000 Crown 70V Dual Channel Power Amplifier 1 ea
PRO DI Radial Passive Direct Injection Box (for electric piano) 1 ea
Wall Plate 2 Gang Double Gang Wall Plate Loaded with 4 XLRF 1 ea
HRMINI HSA Hi-Rise Mini Rolltop Rack, Wood Veneer 1 ea
Installation Installation shall consist of all labor, material, travel, and supervision necessary to install items above. 1 Jb


Direct all questions concerning this acquisition to TSgt Gary Wike at (937) 522-4503. Email or mail your quote to [email protected] or 1940 Allbrook Dr, Suite 3, WPAFB, OH 45433 by 30 Sep 09 at 6:00pm EST. Facsimile proposals are acceptable.

 

Submit with your quotes the following, completed clauses:
52.212-3 Offeror Representation and Certification - Commercial Items
252.212-7000 Offeror Representation and Certification - Commercial Items

The provision at FAR 52.212-1 -- Instruction of Offerors - Commercial Items (Jan 2005) applies to this acquisition.
The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government will award to contractor that provides the lowest price offer for all items listed. Offers that fail to provide prices for all items will be considered non responsive. Offerors that propose prices determined to be unbalanced may be considered nonresponsive and rejected. The second fill in for FAR 52.212-2 is not required.

The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2005) is applicable to the acquisition with the following additional FAR clauses.
(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553)
(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pul. L. 108-77, 108-78)
(6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S. C. 657a).
(19) 52.222-3, Convict Labor (June 2003) (E.O. 11755)
(20) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126)
(21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
(22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246)
(24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793)
(31) 52.225-1, Buy American-Supplies (June 2003) (41 U.S.C. 10a-10d).
(34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
(39) 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) (31 U.S.C. 3332)

Of the available clauses/provision, the following apply and are incorporated by reference:
The clause at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2003)
The provision at FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999).
The provision at FAR 52.222-25, Affirmative Action Compliance (Apr 1984.
The clause at FAR 52.222-50, Combating Trafficking In Persons (Feb 2009).
The clause at FAR 52.247-34, F.O.B Destination (Nov 1991).
The clause at DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992)

The provision at FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998) applies. The fill-in for this provision is http://farsite.hill.af.mil.
The clause at FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) applies. The fill-in for this clause is http://farsite.hill.af.mil applies to this acquisition.

The clause at DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2005) applies to this acquisition with the following additional DFARS clauses:
(5) DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) (41 U.S.C. 10a-10d, E.O. 10582)
(19) DFARS 252.232-7003, Electronic Submission of Payment Requests (March 2008)
(23)(i) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate III (May 2002) (10 U.S.C. 2631)

The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Stephen J. Miller, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7193; E-Mail [email protected]).

IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/.

 

Bid Protests Not Available

Similar Past Bids

Dyess air force base Texas 03 Mar 2003 at 5 AM
Washington District of columbia 21 May 2003 at 5 AM
Jber Alaska 29 Sep 2005 at 5 AM
Pensacola Florida 19 Sep 2012 at 3 PM
Huntingdon Pennsylvania 15 Jun 2004 at 5 AM