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 -- Audio/Visual Equipment and installation in a New Conference Room.

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
AMSTAC-MIT-1-0202
 
Point of Contact
Dawn VanHulle, 586-574-5973
 
E-Mail Address
Email your questions to US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente
(vanhulld@tacom.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Conference Room Audio/Visual Equipment and Installation Solicitation Number: AMSTAC-MIT-1-0202 Opening/Closing: 09-05-2002 Response Date: 09-18-2002 Points of Contact: Dawn VanHulle 586-574-5973 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-MIT-1-0202. The solicitation document and incorporated provisions and clauses are those in effect through Fe deral 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 18 Sept 02. Pro posals should be addressed to: U.S. Army TACOM, Acquisition Center, AMSTA-AQ-ABRD, Attn: Dawn VanHulle or Carol Paton, Warren, MI 48397-5000. Fax (586) 574-5155. E-mail: vanhulld@tacom.army.mil or patonc@tacom.army.mil. Requests for information concern ing this solicitation should be made to Dawn VanHulle, 586-574-5973 or Carol 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 vanhulld@tacom.army.mil or patonc@tacom.arm y.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? identified in paragraph VII, items 1-23 of the Statement of Work. An offeror will be considered to have an ?Acceptable? propo sal 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 awa rd. 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 items 1-23, to the benefit of the Government. Proposals exceeding the minimum requirements will be more favorably con sidered, with preference given to those exceeding the minimum requirements identified in Section VII, items 1, 2, and 3 as listed in their descending order of importance. Item 1 is more important than item 2, and item 2 is more important than item 3. Examples of a proposal exceeding these minimum requirements would be: a) Exceeding the Minimum Requirements listed under item 1. 1 ea. Sound Technologies Three Zone Mix/Minus System to Include 24 ea. Balanced Ceiling Microphones 24 ea. Matched Speakers w/Boxes 2 ea. VF1 Card Frames 12 ea. A2 Two Ch. Mic Preamp Cards 5 ea. A5 Multi-Channel I/) Cards 3 ea. B6 Adaptive Digital Notch Cards 3 ea. C@ 10 Watt Amp Cards 2 ea. Back-Plan Matrix Cards 2 ea. Linked DSP 8X8 Matrix b) Larger plasma monitors. c) Voice activated cameras. 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 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 $221,000.00 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 addi tional funding will be received. b) For evaluation purposes, offers received whose total amount exceeds $221,000.00, 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/Installa tion Section. 1. Provide a scaled site diagram, which will include the following: a) Location of all equipment, cabinets, and racks. b) Electrical requirements at each location of installation and overall requirement necessary to support all equipment safely. c) Weight and tolerances for all equipment to be suspended on the walls and from the ceiling including weight tolerances for brackets and how they will be mounted. 2. Provide a brief narrative describing 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 Bldg. 229 cafeteria TACOM-Wrn. This room will be constructed by approximately January 2003 at that time the Audio/Visual Equipment will be installed. Installation of the equipment is based on the Government?s discretion. Coordination between all contractors is also a requirement. All equipment and supplies must be on hand with the Contractor by the start date of installation. All labor for the installation must be included.  All Commercial warranties shall apply.  The new area will be as follows: The room is approximately 24 feet x 75 feet. The ceiling will be eight feet above the finished floor. The floor will be carpeted and the walls shall consist of drywall. The Ceiling will contain acoustic tiles. The room can be subdivided into two separate rooms, one @ 24 feet x 50 feet and one @ 24 feet x 25 feet.  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 on or about 15 Jan 03 and to be completed on or about 14 Feb 03. VII. Minimum Requirements: The Audio/Visual Equipment must be equal to or better than specified and must meet current industry standards. Item Quantity Description 1 1 ea. Audio Conference Mix/Minus Control System to include the following: 24 ea. Audio Technical Ceiling Mics 24 ea. JBL Ceiling Speakers w/Boxes 2 ea. IED 5032 12 Slot Card Frames 3 ea. Polycom EF Microphone Mixers 14 ea. IED Two Output 8 Watt Cards 2 ea. IED Power Supplies 2 5 ea. NEC 61MP1 61? Plasma Screens. 3 3 ea. Sony EVID-100 VideoConference Cameras. 4 1 ea. Sony PX10 LCD Projector ? 2000 AMSI Lumens ? XGA Resolution. 5 1 ea. Chief Ceiling Mount for Projector. 6 5 ea. Chief Wall Mounts for Plasma Screens. 7 1 ea. DaLite 50? x 67? Advantage Electrol Video Formatted Screen. 8 2 ea. Samsung 900 High Res. XGA Doc Cameras. 9 2 ea. JVC HR-s7900u VideoCassette Decks. 10 2 ea. Extron RGB468XI Wall Mounted Computer Interfaces. 11 2 ea. Extron P/2 DA1 Rack Computer Interfaces. 12 1 ea. Extron Crosspoint 88HVA Matrix Switcher. 13 1 ea. Extron 8 x 8 Video/Audio Matrix Switcher. 14 2 ea. Middle Atlantic ERK-3525, 35 RU Rack Cabinets Includes all Shelving, Doors, Power Strips, and Rails 15 2 ea. Focus Enhancements TV View Gold Scan Converter. 16 2 ea. Furman PL-8 Power Conditioners. 17 1 ea. Miscellaneous Rack Equipment for above. 18 4 ea. JBL Control 25 Program Speakers Mounted Adjacent to Display Screens. 19 2 ea. Ashly SRA120 Power Amplifiers 20 2 ea. Ashly MQX-2150 2/3 Octave Graphic EQ 21 1 ea. AMX Control System ? Includes Two 5.5? Touch Panels ? Main Controller RS-232 Controller ? Rack Control Panel ? Misc.Hardware. 22 2 ea. Polycom VU-VS4000 Video Conferencing System to include: 2 ea. Polycom Quad NT1 Units 2 ea. Polycom Quad BRI Modules 2 ea. Concert FX Enhancements 23 3 ea. SKC VU EVID Ceiling Cling Camera Mounts.
 
Place of Performance
Address: US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente 6501 E. Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN00158711-W 20020907/020905213743 (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.