Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

N -- Public Address/Audio Visual Installation

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZ04T0025
 
Response Due
3/19/2004
 
Archive Date
5/18/2004
 
Point of Contact
Thomas Rokita, 719 526-6626
 
E-Mail Address
ACA, Fort Carson
(thomas.rokita@carson.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W911RZ-04-T-0025 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acqu isition Circular 01-19. This solicitation is a small business set-aside. NAICS Code/Standard Size is 541519/$21 million. Responses should be quoted in accordance with the following: Clin 0001 Installation of: (1) paging system, (2) closed circuit televis ion security system, (3) satellite television and (4) classroom multimedia for new Medical Maintenance/Medical Supply Training Building #1076, Minick Ave., Ft Carson, CO 80913. Quantity 1, Unit of Issue Job, Required Delivery Date 23 Apr 2004. Performanc e Work Statement - Paging system capabilities will include: 8 zones that can be accessed through the existing telephone system in the building (7 zones inside, 1 zone outside), ability to page one or multiple zones simultaneously, background music from an AM/FM tuner or CD player, and volume control points in each room. Closed circuit television security system capabilities shall include: 8 cameras for year round use (4 inside, 4 outside), one viewing color station that can monitor all 8 cameras in real ti me, and 24 hour recording option. Satellite television will be capable of viewing in 12 separate rooms with each room able to access different channels. (User will pay for monthly access.) First floor classroom multimedia will be capable of supporting two rooms together or one individually using one projector. System will include separate speakers from the paging system, volume controls, wireless microphones, and ability to project laptop computer through a ceiling mounted projector. End-user will supply l aptop computer, elmo and projector. Contractor will need to mount projector and configure for use. Second floor classroom multimedia will have same system requirements as first floor but will need to support three rooms with two ceiling mounted projectors . Specifically, multimedia must be able to support two classrooms together or one individually with one projector, and a third stand alone conference room with one projector. End-user will supply laptop computers, elmo and projectors. Contractor will need to mount projectors and configure for use. Services provided by the contractor shall include selection and purchase of new equipment, installation, configuration and integration with existing functioning devices. All work to include the warranty period sha ll be performed by the contractor. The contractor shall make all systems operational to satisfaction of end-user. The systems shall be easy to operate and as identical as possible as there will be many operators of varying technical abilities. In addition, the contractor will provide scheduled training to staff members to include operation of equipment and basic troubleshooting. All product/warranty information will be provided to end-user upon completion and acceptance by Government. The contractor will pr ovide on-call service warranty for one year from date of installation. Upon notification of systems problem, contractor will respond by telephone or e-mail within one business day to assist in resolving problem. If problem cannot be easily solved by teleph one or e-mail, the contractor shall provide on-site assistance within two business days. A minimum one-year warranty will cover parts and labor from date of installation. A site visit will occur at 10:00 A.M. (MST), Friday, March 12, 2004 at the Medical M aintenance/Medical Supply Training Building, #1076, Minick Avenue, Fort Carson, Colorado 80913. The following provisions in the Federal Acquisition Regulation ( FAR) apply to this acquisition to include any addenda to the provision. FAR 52.212-1, Instructions to Offeror. Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, wit h its offer. FAR 52.212-2 Evaluation-Commercial Items. The following factors will be evaluated: technical capability, past performance, delivery schedule and price. Proposals must be detailed and complete to address all systems capabilities identified in this synopsis/solicitation. Accordingly, proposals should show a clear understanding of how systems would be configured/integrated, and should list key components with corresponding costs. Offerors shall submit with their proposals, product literature and equipment warranty information. Offerors shall submit past performance information, to include name, telephone number and contract number for recently performed work of a similar nature. This solicitation incorporates one or more clauses by referenc e with the same force and effect as if they were in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil or http://www.arnet.gov.far. The Clause at 52.212-4, Contract Terms and Conditions-Commercial Items and 5 2.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition. FAR 52.222-21 Prohibition of Segregate d Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Fund Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. Additionally, the following clauses are applicable to this acquisition FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.237-2 Site Visit; FAR 52.237-2, Protectio n of Government Buildings, Equipment and Vegetation; FAR 52.222-41, Service Contract Act of 1965; 252.204-7004, Required Central Contractor Registration , DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.212-7001 Contract Term s and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Wage Determination No: 94-2079 Rev (25) Area: CO, Colorado Springs is applicable and will be incorporated in award. Equivalent federa l employees expected to be employed under this contract are electronics technicians WG-2604-08 at $17.62/hour - wage to include fringe benefits. This statement is for information only and is not a wage determination. Responses to this RFP are due by 3:00 p.m. MST, March 19, 2004 at the Directorate of Contracting, 1633 Mekong St., Bldg. 6222, Fort Carson, CO 80913-4310. Responses shall be marked with the Solicitation number, Cage code, Tax ID number and DUNS number. Vendors not registered in the Central Co ntractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling (800) 334-3414 or register on-line at www.ccr.gov. Responses may be submitted electronically to thomas.rokita@carson.army.mil or faxed to ( 719) 526-5333, Attn: Tom Rokita. Telephone inquiries will not be accepted.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ13/W911RZ04T0025/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00540992-F 20040311/040309230851 (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.