The RFP Database
New business relationships start here

Mass Notification System for Wheelock brand specific Consoles 2nd Attempt


Texas, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Quotation FA3016-18-U-0313
Mass Notification System for Wheelock brand specific Consoles

This is a Request for Quote (RFQ) 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 RFQ constitutes the only solicitation; quotes are being requested and a separate RFQ will NOT be issued. The solicitation number is FA3016-18-U-0313. This RFQ incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 and DFARS change notice 20180629. This purchase is available to Large and Small Business Concerns for full and open competition. The NAICS code is 561621 and the size standard is $20,500.000.00.


Please respond to this RFQ by emailing your response to: Ms. Guadalupe A. Murphy at E-mail: guadalupe.murphy@us.af.mil no later than 10:00 a.m. San Antonio, TX local time, 24 Aug 2018 - Friday (or sooner if possible) in order to be considered timely. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified above shall be determined as late and will not be considered unless received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. Please contact Ms. Guadalupe Murphy with additional questions at the above noted email address or call (210) 671-1753. Please provide a quote for the line items listed below. Failure to quote on brand specific may render the quote unacceptable and ineligible for award consideration.
BRAND NAME ONLY
ITEM DESCRIPTION QTY Unit Unit Price Extended Amount
0001 Provide and Install two (2) remote WHEELOCK (BRAND SPECIFIC REQUIRED) surface mount Local Operating Consoles (LOC);


Provide and Install one (1) additional WHEELOCK (BRAND SPECIFIC REQUIRED) SP4-Remote Microphone Expander (RMX) next to the other two existing RMX(s) inside the mechanical room;


Installation to include the required running of conduit for the new LOC(s) to the new SP4-RMX;


Installation will include the loop-in of the two new LOC(s) to the existing LOC at the front entrance and mount the back boxes for the two new LOC(s) and SP4-RMX;


Installation will also include the pulling of the wire from both new LOC(s) to the SP4-RMX in the mechanical room and make proper connections. This work shall be in accordance with the attached Statement of Work (SOW). 1 EA tiny_mce_marker_________ tiny_mce_marker____________
TOTAL COST tiny_mce_marker__________


FOB: DESTINATION Government Required Completion Date: 01 Oct 2018



Please provide the information below:
Payment Terms:___________



Company Name:
DUNS # Required Cage Code Number:
POC: Telephone #
E-Mail Address: Tax ID#:


Warranty Information:____________________________________________________


Do you have capacity to invoice electronically through WAWF?(Yes/No)___________
Special Notes and Instructions:


1. This purchase is available to Large and Small Business Concerns for full and open competition.

2. Basis for Award. 502d CONS/JBKAB will issue a purchase order to the vendor who is determined to offer the best value to the Government.
3. Best Value Determination. LPTA (Lowest Price Technically Acceptable) method will be used to
award this requirement. All brand name quotes will be evaluated for technical acceptability. Technical Acceptability will be determined in accordance with the Statement of Work (SOW) specifications.


To determine technical acceptability, contractors shall submit the following as part of their quote:


a. Consoles must be brand specific;
b. Completion of installation schedule NLT 01 Oct 2018;
Award will then made to the lowest priced brand-name technically acceptable offeror determined in
accordance with the Statement of Work specifications/item description. Contingent upon a
determination of contractor responsibility, award will be made to the responsible vendor whose quote is
the lowest price brand name technically acceptable quote as this will be the best value for the government.


4. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current. To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information.


5. Delivery/Assembly: Delivery shall be FOB Destination and included in CLIN price noted above, unless otherwise and clearly noted by offeror in submitted offer. *


6. Site Maintenance: Work areas shall be maintained in a neat, clean, safe condition and all trash, debris, and garbage, which the contractor generates shall be removed from the premises upon completion and delivery, or daily if the completion/delivery will be completed in more than one day.


7. The following FAR/DFARS provisions and clauses are applicable to this solicitation:
(For full text references, go to www.arnet.gov or http://farsite.hill.af.mil.)


Guadalupe A Murphy, Contract Specialist, Phone 210-671-1753, Fax 210-671-1199, Email guadalupe.murphy@us.af.mil - Susan J. Edwards, Contracting Officer, Phone 2106715937, Fax 2106711199, Email susan.edwards@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP