Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2003 FBO #0625
SOLICITATION NOTICE

70 -- F13EDS316411

Notice Date
8/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F13EDS316411
 
Response Due
8/21/2003
 
Archive Date
9/5/2003
 
Point of Contact
Aaron Kasza, Contract Specialist, Phone 334-953-6178, Fax 334-953-2198, - Sandra Turner, Contracting Officer, Phone (334) 953-2772, Fax (334) 953-3543,
 
E-Mail Address
aaron.kasza@maxwell.af.mil, sandra.turner@maxwell.af.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 the 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 number F13EDS316411 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030722. The North American Industry Classification System code is 421430 with a small business size of 500 employees. This acquisition will be issued as a 100% Small Business set aside. This requirement is for the purchase of equipment and installation of projection systems in 20 flight rooms in the new SOC schoolhouse on Maxwell Air Force Base, AL. CLIN 0001 – quantity 20 - Multimedia Projector - Dukane 28A8711 or equal. Minimum 3000 ANSI lumens, native XGA resolution (1024 x 768), (1) VGA input, (1) DVI-D input, (2) computer audio inputs (1) composite video, (1) usb mouse input, (1) serial RS-232 input, optional LAN/Wireless upgrade, vertical and horizontal keystone correction and 500:1 contrast ratio, up to 4000 hour lamp life in whisper mode. 5-YEAR MANUFACTURER'S WARRANTY 20 -Wall Plates with built in VGA amplifier and connection for (1) VGA, (3) RCA and (1) usb mouse 20-Ceiling Plates with connection for (1) VGA, (1) usb mouse, (3) RCA and (1) RS-232. 40 - Wall Plates with connections for (1) VGA, (1) usb mouse 20- Sets of cables: 2 ea. - 50' Plenum rated VGA (total of 40) 1 ea. - 50' Plenum rated Video and Stereo Audio Cable (total of 20) 2 ea. - 50' Plenum rated USB cable (total of 40) 5 ea. - 6' VGA jumper cable (total of 100) 5 ea. - 6' USB jumper cable (total of 100) 2 ea. - 6' A/V combo cables (total of 40) 2 ea. - VGA splitter cables. 20 - Mount assemblies for projectors: Includes ceiling plate, threaded pole, projector mount and hardware. 20 - Hardware switches to simultaneously switch VGA and mouse control seamlessly 1 - Labor for design, installation, alignment, and setup. NOTE: The installation must be completed by an Authorized Service Station for the Projectors. Proof of authorization required 1 - Miscellaneous mounting and wiring hardware and tools CLIN 0002 – quantity 4 - 60" Plasma displays: Zenith P60W26 or equal w/install w/electronic overlays in 4 Flight Rooms 4 - All mounting hardware for wall mounting of Plasmas 4 - Speaker package for Plasma: D60DVSA 20 - Wall Plates with built in VGA amplifier and connection for (1) VGA, (3) RCA and (1) serial mouse 20 - Wall Plates with connection for (1) VGA, (1) serial mouse, (3) RCA and (1) RS-232 40 - Wall Plates with connections for (1) VGA, (1) usb mouse 4 - Set of cables: All cables necessary to connect two computers, (front and back of room) to the system. VGA and mouse should both be connected and simultaneously switched. 2 ea. - 50' Plenum rated VGA (total of 8) 1 ea. - 50' Plenum rated Video and Stereo Audio Cable (total of 4) 2 ea. - 50' Plenum rated 9-pin Serial cable (total of 8) 5 ea. - 6' VGA jumper cable (total of 20) 5 ea. - 6' 9-pin Serial jumper cable (total of 20) 2 ea. - 6' A/V combo cables (total of 8) 2 ea. - VGA splitter cables (total of 8) 4 - Mount assemblies for projectors: Includes ceiling plate, threaded pole, projector mount and hardware. 4 - Overlays for Plasma screens: Smart Technologies PL360 or equal 4 - Hardware switches to simultaneously switch VGA and mouse control seamlessly to the Plasma and to the SmartBoard. 1 - Labor for design, installation and set-up 1 - Miscellaneous mounting and wiring hardware and tools CLIN 0003 - E-control Systems for each room 24 - Crestron QM-RMC Ethernet-to-Serial control systems installed in each room with connection to each plasma or projector for diagnostics, scheduling and asset management. Must include Room View software and power supplies. 24 - Set of cables: 1 ea. - 50' Plenum rated RS-232 serial cable.(total 24) 1 ea. - 200' Plenum rated CAT5 cable.(total 24) 1 - Design of system, installation of cables and hardware, programming and set-up costs 1 - Miscellaneous mounting and wiring hardware and tools {end CLIN description} Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price, delivery, and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price, delivery, and past performance. Each offeror's quoted price will be evaluated for reasonableness. The offeror must submit at least two references that can provide relevant past performance information to the contracting officer. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). Award may be made to other than the low offeror when, after evaluating delivery, and past performance. The contracting officer will make and award as determined to be in the government's best interest. Award will be made to a single source. The desired delivery date will be 15 September 2003. Delivery will be coordinated with Mr. Richard Brown at (334) 953-8058. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jul 2003), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Jun 2003); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2003) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. A site visit will be held on Maxwell Air Force Base to aid in fulfilling layout and design requirements. The site visit will be on 19 August 2003 after 3:45 PM central time. Please contact Richard Brown at (334) 953-8058 or Aaron Kasza at (334) 953-0530 to schedule. All quotes must be for all items as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 21 August 2003. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-2198 attn: Aaron Kasza, e-mailed to aaron.kasza@maxwell.af.mil (subject: F13EDS31641100), or mailed to 42 CONS/LGCB, attn: Aaron Kasza, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-F13EDS316411/listing.html)
 
Place of Performance
Address: 50 LeMay Plaza South Bldg 804 Maxwell AFB, AL 36112
Zip Code: 6334
Country: USA
 
Record
SN00402234-F 20030816/030814223817 (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.