Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
SOLICITATION NOTICE

70 -- AV Equipment Upgrade for PDC

Notice Date
5/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
 
ZIP Code
30069-4824
 
Solicitation Number
F09609-03-Q-0005
 
Archive Date
5/27/2003
 
Point of Contact
Rachel McKenzie, Contract Administrator, Phone 678.655.4984, Fax 678.655.5612,
 
E-Mail Address
rachel.mckenzie@dobbins.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (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. Solicitation F09609-03-Q-0005 is hereby issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. North American Industry Classification System (NAICS) code for this procurement is 334310; size standard 750 employees. The DPAS Rating is DO-A70. This procurement is issued on an unrestricted basis. The period of performance is 12 weeks from contract award. Dobbins Air Reserve Base, Georgia is soliciting for 13 contract line items to provide all labor, supervision, transportation, supplies, equipment, and other items and services necessary to upgrade HQ AFRC Air Technology Network Classroom AV equipment (SEPL Component Upgrade II) whose components were installed in 1996 and 2002 and were designed and installed to work with 800 x 600 resolution standard on Windows 95 platforms. Current requirements are for 1024 x 768 as well as 1280 x 1024 resolutions. The newer products will enable presentations to be given and viewed at the native resolutions affording clear and sharp imaging. Contract Line Item Number (CLIN) 0001, System, includes a 50 inch Plasma Panel, with equal to or greater than 1280 x 768 resolution, 3 cable tuners, a VCR/DVD combination player, 3 VCR recorders, and a record function from a dedicated recording devise. CLIN 0002, Signal Processing Components, includes redesigning to route newer component signals (add three video and audio DA for recording). CLIN 0003, Control System Programming, includes control system software and modification upgrade to enable the connectivity, display, and control of component functions. It shall provide the intelligence and program to ensure that all the parts of the SEPL Component Upgrade II communicate. The software shall ensure that briefings can be orchestrated in a manner that profiles the schedule and meeting agenda. CLIN 0004, Audio Systems, is for the 50 inch Display and is designed to attach to the monitor to provide audio support for cable, VCR, and DVD sources. CLIN 0005, Racking for Classroom, provides for routing, connectivity, and racking of components in a manner that professionally secures the technology for use. CLIN 0006, Cables, Connectors, Mounting Systems, includes cables, connectors, mounting systems for the plasma, structural supports as needed, and custom wall blocking as required. CLIN 0007, Engineering and Design, includes system design, creation of construction and as-built drawings, testing/setting of system, validation of specifications, and all the documentation. CLIN 0008, Project Management, includes all coordination for construction with trades, GC, and client representatives. Project manager must attend all project meetings when requested (as many as three anticipated) and be a full-time presence during installation. CLIN 0009, Pre-Installation, includes the project manager attending as a minimum one on-site pre-installation meeting. CLIN 0010, Installation, includes all on-site installation, wiring, coordination, testing, supervision, and system checkout. The system will be installed with no less than a full time project manager, on site programmer (certified by AMX), and two installers as a minimum. The system shall be tested and verification of performance demonstrated to AFRC prior to the commencement of training. CLIN 0011, Documentation and Training, includes training accomplished with the assistance of an ICIA Certified Technology Specialist (CTS). System operational training for normal usage and troubleshooting shall include a cheat sheet and equipment manuals and binders. The offeror must be a direct certified provider of manufacturer?s products and provide evidence of certification with proposal. All documentation must be provided in writing as well as CDs of all CAD and drawings. CLIN 0012, G & A In Bound Freight, Permits and License, includes costs for delivery, staging, repacking for deployment at location and permits and licenses as required by law. CLIN 0013, Extended 1-Year On Site Warranty, includes on-site extended warranty service, maintenance, and support for one year. Evaluation of quotes will be based on price. The procurement shall follow Simplified Acquisition Procedures in FAR Part 13. Quotes shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications?Commercial Items and be in accordance with FAR 52.212-1, Instructions to Offerors ? Commercial Items. FAR Clause 52.212-4, Contract Terms and Conditions?Commercial Items, shall apply. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.225-13, and 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies and the applicable clauses cited in 252.212-7001 are 252.225-7021 and 252.232-7003. The following clause is also applicable: DFARS 252.204-7004, Required Central Contractor Registration. The full text of all FAR clauses may be accessed electronically at www.arnet.gov. Please note that prior to award of contract, contractor must be registered in Central Contractor Registration. You may access CCR electronically at www.ccr.gov or http://www.ccr.gov. All interested parties should submit a written quote to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB GA 30069-4824. Quotes must be received by 2:00 p.m. (EST), on Monday, 12 May 2003. All quotes shall reference F09609-03-Q-0005 and include all applicable referenced documents. Point of contact is Rachel McKenzie, Contract Administrator, 678-655-4984. Bid schedule: Name of offeror or contractor ____________________________ CLIN 0001 System __________________, CLIN 0002 Signal Processing Components ___________________, CLIN 0003 Control System Programming _______________, CLIN 0004 Audio Systems $_______________, CLIN 0005 Racking for Classroom $_______________, CLIN 0006Cables, Connectors, Mounting Systems $____________, CLIN 0007 Engineering and Design $____________, CLIN 0008 Project Management $____________, CLIN 0009 Pre-Installation $_____________, CLIN 0010 Installation $____________, CLIN 0011 Documentation & Training $_____________, CLIN 0012 G&A In Bound Freight, Permits and Licenses as required by law $____________, CLIN 0013 Extended 1-yr on site warranty. The quantity is 1 and the unit EA for all CLINs.
 
Place of Performance
Address: AFRC Professional Development Center, Robins AFB GA
Zip Code: 31098
Country: USA
 
Record
SN00316092-W 20030503/030502073808 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.