Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

59 -- Conference Room Audio/Visual Equipment and Installation for two locations in Building 328, Selfridge Air National Guard Base.

Notice Date
9/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente, ATTN: AMSTA-CM-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
DAAE07-AMSTAC-Y--0-9002
 
Point of Contact
Carol Paton, 586 574-7129
 
E-Mail Address
Email your questions to US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente
(patonc@tacom.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Conference Room Audio/Visual Equipment and Installation Solicitation Number: AMSTAC-Y?0-9902 Opening/Closing: 09-05-2002 Response Date: 09-18-2002 Points of Contact: Carol Paton 586-574-7129 Contracting Officer: Jay Lentz 586-574-7146 Description ? The U.S. Army Tank-automotive and Armaments Command (TACOM) intends to make award as 100% set-aside for small business in the procurement of Audio/Visual Equipment. TACOM is issuing a combined Synopsis/ Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; p roposals will be accepted, however a written solicitation will not be issued. The combined Synopsis/ Request for Proposal (RFP) number is AMSTAC-Y?0-9902. The solicitation document and incorporated provisions and clauses are those in effect through Fede ral Acquisition Circular 97-14, dated 24 Sep 1999. The associated standard industrial classification code is 334310, with a size standard of 750 employees. Provision at FAR 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement and (ii) price. Offeror s are advised to include a complete copy of the Provision at FAR 52.212-3, Offerors Representation and Certification?Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items; applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. This acquisition is rated DOA4. Offers are due no later than 3:00 p.m., local prevailing time on 16 Sept 02. Pro posals should be addressed to: U.S. Army TACOM, Acquisition Center, AMSTA-AQ-ABRD, Attn: Carol Paton, Warren, MI 48397-5000. Fax (586) 574-5155. E-mail: patonc@tacom.army.mil. Requests for information concerning this solicitation should be made to Caro l Paton, 586-574-7129 or by e-mail. I. General Information.  Each section of the quotations shall be separable to facilitate review by the Government.  In the event that we select your quotations for award, we will send out a contract for you signature, incorporating the previous terms and conditions, and particulars of your quotation.  A site visit is not mandatory but strongly recommended. A site visit will be prearranged during normal duty hours 8:00 a.m. to 3:00 p.m. (EST). Please contact the buyers for date and time via e-mail at patonc@tacom.army.mil.  The Government intends to evaluate proposals and to award a single contract without discussions with offerors. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Should discus sions be deemed necessary due to proposal weakness, deficiency, or other issues that must be addressed before award, they will be conducted either orally or in writing, with only those offerors determined to competitive range by successfully meeting the mi nimum requirements. II. Evaluation Factors for Award Award will go to the responsible offeror whose proposal conforms to the solicitation, and represents the best overall value to the Government in terms of the evaluation areas of Technical Capability and Price, subject to proposals being found minimally acc eptable. Because Technical Capability and Price (listed in their descending order of importance) will be considered, the award will not necessarily go to the low offeror. Technical Capability is more important than Price. III. Evaluation of Minimum Requirements Offerors will first be evaluated on an Acceptable/Unacceptable basis to determine whether they satisfy the ?Minimum Requirements? identif ied in paragraph VII, items 1-23 of the Statement of Work. An offeror will be considered to have an ?Acceptable? proposal only if the proposal is found to clearly meet each of the minimum requirements included in paragraphs listed above. Any offer found unacceptable in one or more or the identified minimum requirements will not be considered for further evaluation or award. IV. Best Value Evaluation. In addition to the evaluation of minimum requirements, each offeror shall be evaluated in terms of Technical Capability and Price as follows: A. TECHNICAL CAPABILITY 1. System Quality Proposals will be evaluated to determine the extent to which the system offered exceeds the minimum requirements, outlined in Section VII Ballroom Room Items 1-20 and Caldwell Room Items 1-14, to the benefit of the Government. Proposals exceeding the mini mum requirements will be more favorably considered. 2. Site Design/Installation The Government will evaluate the offeror?s site diagram configuration. This evaluation will consist of the following: a) Credibility and feasibility of the proposed configuration considering placement of all equipment, cabinets and racks that maximizes space and provides an environment conducive to conferencing, meeting, and training activities. b) Feasibility and soundness of the proposed electrical and structural configurations. B. PRICE 1. Price Reasonableness a) The evaluation of price will be performed on the offeror?s proposal for the purpose of determining Price Reasonableness. b) Reasonableness will be evaluated pursuant to FAR 31.201-3 to establish that the price does not exceed what a prudent person in the conduct of competitive business would normally incur. 2. Price Ceiling a) It is reasonable to expect that funding in the amount of $40,000.00 will become available for this acquisition. These funds, if and when they become available, will be utilized for the acquisition of the entire system. It is not anticipated that addit ional funding will be received. b) For evaluation purposes, offers received whose total amount exceeds $40,000.00, shall be deemed unaffordable, and therefore, will not be considered for award. V. Instructions to Offerors Provide an electronic proposal in three sections covering Technical Capability, Price and Site Design/Installation: A. Technical Section. 1. Describe your proposed equipment in relation to each requirement listed in the Minimum Requirements, Section VII. 2. If your offer includes equipment that deviates from those models specified in Section VII, you must provide information detailing how your proposed equipment meets or exceeds the minimum requirement in terms of technical capability and system quality. B. Price Section. 1. Firm-fixed pricing shall apply. 2. Provide pricing information for each item in your proposal including installation and supplies. C. Site Design/Installation Section. 1. Provide a scaled site diagram, which will include the following: a) Location of all equipment.. b) Electrical requirements at each location of installation and overall requirement necessary to support all equipment safely. c) Weight tolerances for all equipment to be suspended on the walls and from the ceiling including tolerances for brackets and how they will be mounted. 2. Provide a brief narrative description of your diagram and how your solution will maximize space and provide an environment conducive to conferencing, meeting, and training activities. VI. Statement of Work  Scope/Objective. The purchase of videoconferencing equipment to be installed into Vandenberg Building 328, Selfridge Air National Guard Base, Mt. Clemens, MI. Installation of the equipment is based on the Government?s discretion. Coordination b etween all contractors is also a requirement. All equipment and supplies must be on hand with the Contractor by the start da te of installation. All labor for the installation must be included.  All Commercial warranties shall apply.  Audio/Visual upgrade in Vandenberg Building 328 shall be in the Caldwell Room and the Ballroom.  The Government will be responsible for telephone lines, LAN lines, ISDN/lines, TWTV/lines, electrical/lights, PC?s/Monitors, and DVD/VCR.  Installation to begin four weeks after award. VII. Minimum Requirements: The Audio/Visual Equipment must be equal to or better than specified and must meet current industry standards. Item No. Quantity Description BALLROOM (FIRST FLOOR) 1 1 EA RANE MLM2A MICROPHONE/LINE MIXER 2 1 EA DENON DV-1000 DVD/CD PLAYER 3 1 EA PANASONIC AG-2560 HIFI VCR 4 1 EA SHURE UC124/58-UA WIRELESS MICROPHONE SYSTEM HANDHELD AND LAVALIER 5 1 EA CAD MG115 GOOSENECK PODIUM MICROPHONE 6 1 EA CAD USM-1 PODIUM SHOCKMOUNT 7 20 EA JBL CONTROL 24 CT CEILING SPEAKERS 8 1 EA SYSTEM ENGINEERING, DESIGN 9 1 EA MATERIAL FOR INSTALLATION 10 1 EA INSTALLATION LABOR, TRAINING 11 1 EA SONY VPL-PX32 LCD PROJECTOR 1024 X 768 RESOLUTION 3000 LIMENS 12 1 EA SONY VPLL-ZM31 SHORT THROW ZOOM LENS 13 1 EA DALITE TENSIONED COSMOPOLITAN 9' X 12' SCREEN REAR PROJECTION REVERSE ROLL 14 1 EA MICORPHONE INPUT PLATE ON STAGE FRONT 15 1 EA EXTRON EXTENDER WM BLACK COMPUTER LINE DRIVER ON STAGE FRONT 16 1 EA MIDDLE ATLANTIC ERK-3525 EQUIPMENT RACK ON STAGE BEHIND CURTAINS 17 1 EA MIDDLE ATLANTIC PD-915R RACK POWER SUPPLY 18 1 EA MIDDLE ATLANTIC UD3 RACK UTILITY DRAWER 19 1 EA QSC 7-2V POWER AMPLIFIER 20 1 EA SHURE DFR11EQ DIGITAL FEEDBACK REDUCER CALDWELL ROOM (SECOND FLOOR) 1 1 EA SONY VPL-CX11 1024 X 788 RESOLUTION 1500 LUMENS 2 1 EA CHIEF RPA-2131 PROJECTOR CEILING MOUNT 3 1 EA EXTRON COMPUTER EXTENDER 60-398-21 4 1 EA DALITE MODEL C MANUAL WALL SCREEN IMAGE 60 Inches X 80 Inches MATTE WHITE SURFACE 5 2 JBL CONTROL 25W WALL MOUNTED SPEAKERS 6 1 EA CROWN D-75 AMPLIFIER 7 1 EA RANE MLM82A MIC/LINE MIXER 8 1 EA PANASONIC AG2560 HIFI VCR 9 1 EA SHUR US124/58-UB WIRELESS MICROPHONE SYSTEM WITH HANDHELD AND LAVALIER 10 1 EA DENON DVD-1000 DVD/CD PLAYER 11 1 EA TEC NEC 515 VIDEO AND AUDIO SWITCHER 12 1 EA MIDDLE ATLANTIC ERK2725 EQUIPMENT RACK 48 Inches High 13 1 EA MIDDLE ATLANTIC PD-915R RACK POWER SUPPLY 14 1 EA MATERIAL FOR INSTALLATION INCLUDES CABLE, CONNECTORS AND WIRE MOLD
 
Place of Performance
Address: Selfridge Air National Guard Base Mount Clemens MI
Zip Code: 48043
Country: US
 
Record
SN00158707-W 20020907/020905213740 (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.