Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2002 FBO #0231
SOLICITATION NOTICE

70 -- Whiteboard and Video Teleconferencing System

Notice Date
7/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02 800 N. QUINCY ST. Rm 704, Arlington, VA, 22217
 
ZIP Code
22217
 
Solicitation Number
N0001402R0006
 
Response Due
7/26/2002
 
Archive Date
8/10/2002
 
Point of Contact
Wade Wargo, Sr. Contract Specialist, Phone 703-696-2574,
 
E-Mail Address
wargow@onr.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation, N00014-02-R-0006, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 and DFARS Change Notice 20020531. The associated NAICS code is 421690 and small business size standard is 100 employees. This acquisition is a Total Small Business Set-Aside. The Office of Naval Research (ONR) has a requirement for a Whiteboard and Video Teleconferencing System. For this solicitation, the following brand name or equal items are required: (1) one NEC 61 inch Flat Plasma Display, Item No. PX-61MP1, proposed equal product must be a flat plasma display with a split screen capable of displaying multiple inputs sources at one time; (2) one Smart Technologies Touch Panel Overlay for NEC 61, Item No. SMT-PN261, proposed equal product for the overlay must be compatible with the proposed display and have touch screen feature enabling instructor to monitor student workstations at the touch of a button; (3) one Smart Technologies Smart Expression Mobile Cart, Item No. SMT-SE1-303-PG, proposed equal product must be pre-wired, mobile, secure, controllable, integrated multimedia cart that can house computer printer, VCR, and DVD and has separate laptop connections and full set of A/V outputs to integrate a variety of display options; (4) one Progressive Marketing 72? Floor Stand, Item No. PRI-PSD-TS72, proposed equal product must be a 72? dual pole stationary floor stand; (5) one Progressive Marketing Tilt Mount for 61" Flat Plasma Display, Item No. PRI-PSM-615T, proposed equal product for the tilt mount must fit the NEC 61 MP1 plasma monitor or proposed equal monitor; (6) one Extron P/2 DA2 MT Dist. Amp. (VGA), Item No. EXT-60-295-01, proposed equal product must be 1 input, 2 output, high resolution VGA distribution amplifier with audio that is compatible with VGA, SVGA, XGA, SXGA, and UXGA graphics cards and each output individually buffered; (7) one Extron CVDA6 MX Dist. Amp. (Video), Item No. EXT-60-202-01, proposed equal product must be a 1 input, 6 output composite video distribution amplifier that enables the video input sources output to be split into six different independently buffered and amplified outputs and driven up to 150 feet; (8) one Extron Cable, Item No. EXT-26-238-14, proposed equal product must be 3 foot superflex 15-pin male to male HD cable; (9) one Extron Cable, Item No. EXT-26-238-01, proposed equal product must be 6 foot superflex 15-pin male to male HD cable; (10) one Extron Cable, Item No. EXT-26-173-03, proposed equal product must be SY VGA/XGA-12 foot, 15 pin (male) HD to five 75 ohm BNC's (male) cable that is used exclusively for connecting a computer video source to a display or secondary product; (11) one Extron Cable, Item No. EXT-26-238-02, proposed equal product must be 15 foot superflex 15-pin male to male HD cable; (12) one Tandberg 880 VTC unit with Natural Presenter package, Item No. TNB-1124012, proposed equal product must enable the VTC user to seamlessly plug and play computer (VGA) presentations without the use of a scan converter and enhance the far end picture quality of the presentation; (13) one Rapid Response Warranty for Item No. TNB-1124012, proposed equal product is similar warranty for equal VTC unit; (14) one Tandberg Audio Science Microphone, Item No. TNB-111499, proposed equal product is Ceiling mounted Room Microphone compatible with proposed equal VTC unit; (15) one Rapid Response Warranty for Item No. TNB-111499, proposed equal product is similar warranty for equal microphone; (16) one Key Source Int'l Wireless (IR) Keyboard and Mouse combo, Item No. 2196WT6A, proposed equal product has fully functional full size wireless (IR) keyboard and mouse that is plug and play with no additional software needed and has the option of using the onboard track ball or the full size mouse at the touch of a button; and (17) two Progressive Marketing 18 inch x 22 inch shelves, Item No. PRI-PSD-1822, proposed equal product must fit the two pole configuration floor stand and be large enough to hold the Tandberg 880 VTC unit or equal VTC unit. The Offeror shall propose these items on a ?brand name or equal? basis. The salient physical, functional, or performance characteristics that equal products must meet are specified after the item numbers above. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. Warranties, other than those specifically called out above, shall be, at a minimum, the industry standard commercial warranty offered. The government anticipates award of a firm fixed price purchase order with anticipated delivery date 30 days after contract award. Delivery and acceptance is at Office of Naval Research, Ballston Tower One, 800 North Quincy Street, Arlington, VA 22217-5660, FOB Destination. The offerors should submit with their quotation: (1) Cost proposal which shows each individual item, units, proposed unit cost, total cost per item, and total price for all items; (2) brand name, make/model number, and supporting information for proposed equal products that demonstrates they meet the salient physical, functional, or performance characteristics specified above (not required if proposing brand name items specified above); (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Its nine digit numeric DUNS number that is assigned by Dunn & Bradstreet; (5) Its Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr2000.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000); FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2002); FAR 52.222-3, Convict Labor (AUG 1996); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (MAY 1999); FAR 52.233-3 Protest After Award (AUG 1996); DFARS 252.204-7004, Required Central Contractor Registration (NOV 2001); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2002); DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002), and Alternate III (MAY 2002); and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). The Government will award a Purchase Order to the Offeror whose quote proposes the lowest price for the brand name or equal products above and otherwise meets the requirements of the solicitation. Quotations shall be received no later than 1400 local time, 26 JUL 2002 at the following address: Office of Naval Research, Ballston Tower One, Rm. 720, Attn ONR 251, Wade Wargo, 800 North Quincy Street, Arlington, VA 22217-5660. Quotations may also be faxed to the attention of Wade Wargo at (703) 696-0066 by the time specified in the previous sentence. No emailed Quotations will be accepted. The award is expected to be made by 31 JUL 2002. Questions should be directed to Wade Wargo, (703) 696-2574 or Susan Sutherland, (703) 696-4601.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/ONR/ONR/N0001402R0006/listing.html)
 
Record
SN00121864-F 20020721/020719222037 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.