Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2002 FBO #0378
MODIFICATION

N -- Installation of Plasma TVs and Monitors

Notice Date
12/13/2002
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0002
 
Response Due
12/19/2002
 
Archive Date
1/3/2003
 
Point of Contact
Barbara Bowles, Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: AMENDMENT 01 AND REVISED DRAWINGS ARE POSTED IN THE SOLICITATION AREA OF FBO UNDER USZA92-03-T-0002. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the installation and configuration of Plasma Panels and Monitors in Building E-2929, Fort Bragg, North Carolina. The contractor shall provide all labor, equipment, cables and wiring unless otherwise specified in the statement of work. This is a combined synopsis/solicitation for commercial items/services 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number USZA92-03-T-0002. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-09. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 235310. The size standard is $12M. This requirement is set aside for small business. INSTALLATION LOCATION ONE: Crisis Response Center (CRC). The contractor shall install three (3) government-owned 61 inch NEC Plasma Panels on government-owned NEC wall mounts. The plasma panels shall be wired to a government-owned rack located in an adjacent room. The rack will house a contractor-provided matrix switch that will allow for 12 computer inputs and 3 VCRs (composite video) to be controlled to the 3 plasma panels and 3 existing Video Projectors and a government-owned matrix switch to be used as a backup to the system. The matrix switch and plasmas shall be controlled by a government-owned AMX control system. The government will provide existing AMX source code and Touch Panel code for reprogramming. The audio from the 3 VCRs will be routed to the audio system. The contractor shall ensure that all new video wiring is isolated and shielded from existing wiring by using shielded cables and running all cables through 1 inch steel flex conduit. These conduit runs shall terminate at the input devices and at the equipment rack and shall be continuous. The contractor shall provide new interfaces to split local versus buffered monitor signals at all 12 computer locations. All cables shall be Plenum rated for low toxic emissions. The final configuration shall allow for 12 input CPUs and 3 VCRs to be individually routed to each of 3 Plasma Panels and 3 Video Projectors. Display option selected shall force macros that setup the individual locations for each use. (i.e. Plasma selection, turns off projector and raises screen, etc) A reset button shall force a pre-designed configuration automatically at the touch of one button. INSTALLATION LOCATION TWO: Command Center. The contractor shall install eight (8) government-owned LCD monitors and two (2) government-owned 42 inch NEC Plasma panels on government-owned NEC wall mounts. The monitors shall wired to government-owned computers located in two contractor-provided equipment racks based upon government security classification. Classified equipment shall be located a minimum of five feet from non classified equipment. The contractor shall run all cables through steel flex conduit to further isolate the runs. The contractor shall provide and install a matrix switch which will allow for 2 users to access control of all display producing items/monitors. The contractor shall route two government-owned VCRs to two of the CPUs for playback capabilities. These VCRs shall be housed with the matrix switch in the contractor-provided racks located between the two user locations (see drawing). The VCRs shall also act as tuners for the Fayetteville Local Cable system. The contractor shall ensure that all new video wiring is isolated and shield from existing wiring by using shielded cables and by running all cables through 1 inch steel flex conduit. These conduit runs shall terminate at the input devices and at the equipment rack and shall be continuous. The contractor shall provide and install new interfaces to split local versus buffered monitor signals at all 10 computer locations. All cables shall be Plenum rated for low toxic emissions. The final configuration shall allow for ten (10) CPUs to be shown at the same time as illustrated in the drawing provided. The CPUs shall be separated by government security classification level and destination into isolated equipment racks located at least five feet apart. A contractor-provided and installed matrix switch shall allow for either operator to control any of the CPUs and for any source to be shown on any monitor. Period of Project Performance: The target start date for this project is 6 January 2002 with a completion date no later than three weeks from start date. Wage Determination Number 1994-2393, Revision 23, Dated 5/29/2002 is in effect for this solicitation and resultant award. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "Quotes will be evaluated as to technical acceptability, price, past performance, and delivery. Technical acceptability will be determined by the government during technical review. Contractors shall submit clear drawings to be used in the government technical review as well as a narrative of the processes to be used to accomplish the installation. Offerors shall submit documentation of relative past performance. Relative past performance in considered to be successful completion of work of a similar complexity. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government. Offerors who do not submit clear drawings and technical proposals will be eliminated from competition."; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 19 Dec 2002. E-mail submissions are preferred however, fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price, technical proposal and drawings, and indication that the target installation date can be met. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps the same as this combined synopsis/solicitation. A site visit will be conducted on 12 December 2002 at 10:00 am. Contractors interested in attending shall coordinate with Ms. Bowles no later than 4:00 pm 10 December 2002. All questions shall be submitted in writing to Ms. Barbara Bowles, Contracting Officer at bowlesb@soc.mil. DRAWINGS WILL BE POSTED UNDER FBO SOLICITATION UPLOADS.
 
Place of Performance
Address: US Army Special Operations Command, Building E-2929, Fort Bragg, North Carolina
Zip Code: 28310
Country: USA
 
Record
SN00223510-W 20021215/021213213939 (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.