Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

OUTDOOR STAGE UNIT

Solicitation Number: F2X3B38220A404
Agency: Department of the Air Force
Office: Air Education and Training Command
Location: Maxwell AFB Contracting Squadron
  • Print
:
F2X3B38220A404
:
Combined Synopsis/Solicitation
:
Added: Sep 16, 2008 6:52 pm

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 the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2X3B38220A404 is being issued as a Request for Quote using Simplified Acquisition Procedures under the the test program for certain commercial items found under FAR Subpart 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and the Defense Federal Acquisition Regulations (DFARS) change notice 20080812. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This acquisition is for an OUTDOOR STAGE for Maxwell AFB, Alabama. This procurement will be fulfilled utilizing 100% total small-business set-asides. The North American Industrial classification System Code is 335129 with a small business size standard of 500 employees. This is an all or nothing requirement, contractors must be able to quote and provide all items requested. The government intends to issue a firm fixed price purchase order for the following items:

0001-AA: Outdoor Mobile Stage Base Unit with the following specifications: (1 each)
-36 ft. long enclosed stage body
-18'' deep steel channel mainframe
-60,000 lb capacity pintle towing coupler
-25,000 lb capactity crank tongue jack
-tandem axle suspension with four (4) high flotation tires
-electric brakes
-four (4) 25,000 lb capacity corner leveling jaacks
-frame mounted level gauges
-rugged all-weather frp sound shell enclosure
-24 ft fold down stage deck with skid resistant surface pattern
-leveling legs
-125 lb live load capacity
-hydraulic operation
-stage canopy extends beyond main stage for maximum protection
-hydraulic operation with secondary safety locks
-self contained 12 vdc hydraulic system frame mounted loking compartments for hydraulic and electrical systems
-two (2) diamond plate steel stairs with enclosed risers and hand rails
-highway lighting package with DOT marker and signal lights
-ac electric system with power cable, breaker, receptacles, and two (2) rows of dual tube flourescent stage lighting
-neutral medium gray stage deck color to reduce heat build-up from the sun
-neutral medium gray stage interior for reduced glare and enhanced neutral appearance
-gel coat exterior for uv protection and vandal resistance


0002-AA:Adjustable Acoustic Wall Panels (1 each)


0003-AA: Premium Anti-Corrosion Package (1 each)


0004-AA: Premium Stair Upgrade (2 each)


0005-AA: Stage Deck Support Truss 36' (1 each)


0006-AA: Exterior Sound Shell Graphics Allowance (1 each)


0007-AA: Handicapped Access Lift (1 each)


0008-AA: Hydraulic Leveling/Support System (1 each)


0009-AA: Wireless Remote Control (1 each)


0010-AA: Hydraulic Hitch Jack (1 each)


0011-AA: 12,000 Enclosed Watt Generator (1 each)


0012-AA: Deck Tie Downs (6 each)


0013-AA: Decorative Stage Skirt, 64 ft (Main Stage Dec) (1 each @ 64 ft.)


0014-AA: 60'' Equipment Storage Locker (1 each)


0015-AA: Electrical Stage Upgrade Package (1 each)


0016-AA: Exterior Flood Light (3 each)


0017-AA: Compartment Light (2 each)


0018-AA: Theatrical Light Support Bar (1 each)


0019-AA: Professional Light Package with these specifications: (1 each)
-Programmable 24 channel controller/dimmer package. Controller shall have Two (2) banks of Twenty-Four (24) faders, bump buttons on all channels, LED channel level indicators, programmable cross-fading, master blackout, independent master slider. MIDI in, out and thru jacks for synchronization control. Includes full one (1) year limited warranty.
-Four (4) 3,600 Watt dimmer packs, each have six (6) 1,800 Watt channels per dimmer.
-Sixteen (16) Par 64 Cans with clamps and gel frames.
-Sixteen (16) 500W Medium Angle Bulbs.
-Twelve (12) Gel sheets in assorted colors.
-Two (2) 25' control cables to go from dimmer 1 to 2 and 2 to 3.
-One (1) 100' control cable to go from controller to dimmer 1.


0020-AA: Pro-Sound System with these specifications: (1 each)
Channel powered mixer with 20 channels and 500W per side or 1,000W bridged, mixer will handle the bigger gigs and bands. Channels 1-16 provide XLR and TRS phone connection. Channels 17/18 and 19/20 have phone and RCA jacks. Channel inserts on all 16 mono channels. 3-band EQ is provided on all channels, plus a 9-band graphic. Dual SPX 24-bit digital effects engines deliver 2 blocks of 16 presets. 4 aux sends include 2 pre/post and 2 for effects. 2 - 13-point meters. Other features include a power select switch, low-pass filter on mono out, standby switch, lamp connector, and a footswitch connection for Effect 2 on/off and Tap. Package includes:


-Four (4) ultra high performance weather resistant two-way speakers 1400 Watt, 12" woofer, compression driver with 90 x 45 degree constant directivity horn, high frequency driver protection circuit, 72 Hz - 18 kHz response.
-Four (4) telescoping speaker tripod stands, Package includes (2) 50ft speaker cables.
-Two (2) microphones with stands and 50ft mic cables.
-One (1) CD player.


0021-AA: Banner Hanging Hardware (1 each)


0022-AA: Printed Mesh Banners (1 each)


0023-AA: Delivery Charge (1 each)


Deliver to: FSS Command and Community Function

The winning Offeror will be responsible for ensuring all items are received no later than 30 days after date of award. Shipping will be FOB Destination.


QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFARS 252.225-7000, Buy American Certificate with the quotation.


BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. Award will be based on technical acceptability and price. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will then be based on price.


The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The FAR clause 52.212-4, contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u) FAR 52.204-4 Printed or Copied Double- Sided or Recycled Paper ; (v), FAR 52.204-7, Central Contractor Registration; Add paragraph (w) FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es)http://farsite.hill.af.mil.; Add paragraph (x) AFFARS 5352.201-9101 Ombudmans. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clause under paragraph (a) is applicable: 52.233-3, Protest After Award. The following clauses under paragraph (b) are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I-OCT; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35. Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers With Disabilities, 52.222-37 Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans (Sep 2006), 52.222-50, Combating Trafficking in Persons; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b) are applicable: 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act-Balance of Payments Program Certificate; 252.225-7012, Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Request for Equitable, 252.247-7023, Transportation of Supplies by Sea. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. The following local clauses shall also be adhered to: Maxwell 114, Required Poster for All Open Market Commodities and Services, and Maxwell 119, WAWF-Electronic submission of invoice. Local clauses will be incorporated full text into the award document. Parties interested in viewing local clauses in full text may contact A1C Keaston D. Simmons at keaston.simmons@maxwell.af.mil. The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at https://wawf.eb.mil prior to award. Offerors must also have all online representations and certifications completed prior to submission of quote. Any Offerors whose name appears on the debarment list will be immediately eliminated from consideration. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil or http://armet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 12:00 pm CST on 24 September 2008. Submit written or electronic quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (334) 953-3543 attn: A1C Keaston D. Simmons, e-mailed to keaston.simmons@maxwell.af.mil, or mailed to 42 CONS/LGCA, Attn: A1C Keaston D. Simmons, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.


:
50 LeMay Plaza South
Bldg 804
Maxwell AFB, Alabama 36112-6334
:
Maxwell AFB, Alabama 36113
United States
:
Keaston D. Simmons,
Contract Specialist
Phone: 334-953-6615
Fax: 334-953-3543
:
Terrell R Russell,
Contract Specialist
Phone: 334-315-5866
Fax: 334-953-3543