Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

A -- Deployable Flat Screen Display System

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0377
 
Response Due
4/11/2005
 
Archive Date
5/11/2005
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-05-T-0377 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-22 and DFARS Change Notice20040323. This procurement is restricted and is therefore open only to small business concerns. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Proposals must include a completed! Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items, DFARS 252.212.7001 Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The applicable NAICS code is 443112 and the small business size standard for this procurement is $7.5M. A single award will be made to the lowest priced, technically acceptable quote. The requirement is to provide and install deployable f! lat screen display system. Materials must be able to withstand extreme environmental conditions (temperature, shock, particulate contamination) associated with field deployments and transportation across rough terrain in a HMWWV and other tactical mobility systems. Display system will be designed for transport, quick set-up and tear down with minimal manpower. The System must be capable of the following: Provide audio following all video channels. Handle 16 video and 16 audio inputs. Support (1) Quad view with multiple display format output and accommodate future expansion for second Quad view system. Support/include extension of signaling between switch, sources and display?s via CAT 5 Skew Free Cable. Display system will be operator intuitive and facilitate ability for all video and audio sources is easily identifiable and patchable to desired output. Transit cases will be provided for each of the following equipment: all switch and interface equipment will be in! tegrated into a single transit case, display stands will be erectable without tools and when disassembled fit concurrently into a single transit case and the two LCD displays will fit into a single transit case. Panel system control will have independent video and audio operator interface. Speakers will be integrated onto the Displays. System will be sufficiently robust to inhibit ?SINGLE POINT OF FAILURE? which results in inoperability of the entire unit and will be self-repairable, at the component level, in a field environment. CLIN 0001 ? 40? Ruggedized LCD Flat Screen 1280 x 768 Resolution, 2 each. CLIN 0002 ? 60? Interactive Whiteboard Projection system ? 1280 x 768 resolution , 2 each. CLIN 0003 ? 16 input x 16 output Switching Matrix, 1 each. CLIN0004 ? Transit case, olive drab in color, 3 each. CLIN0005 ? Quad Image Processor, 1 each. All CLINs are separately priced; please provide individual pricing for each. Delivery shall include an on-site operational ! verification test to be conducted jointly by the manufacturer and the customer. The required delivery date for the deployable flat screen display system is May 31, 2005, FOB Oahu, HI. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public; Express Warranties shall be included in the contract, delete paragraph h, multiple awards and insert single awards. 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (b) 1, 5, 9, 14, 15, 16, 17, 18, 19, 20, 30, 34. Quoters shall include a complet! ed copy of 52.212-3 ALT I with quotes, 52.215-5, Facsimile Proposals. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-3, 252.205-7000, 252.225-7000, 252.225-7001, 252.225-7012, 252.243-7002. Review of Agency Protest (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33.103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Dire! ctor, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e, the Contracting Officer or Reviewing Official. (d) The decision of the Contracting Officer will not extend the timeliness requirements of GAO. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. This announcement will close on 17:00 HST on 11 April 2005. Contact Eliza Lee, (808) 473-7546 (phone), (808) 473-3524 (fax) or email eliza.lee@navy.mil. All responsible sources may submit a quote, which shall be considered by the agency. Proposals must include a completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Item! s. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov. Any questions will be submitted in writing no later than 4 April 2005 by 17:00 HST. 52.212-2, Evaluation - Commercial Items is applicable to this procurement.
 
Record
SN00778874-W 20050401/050330212447 (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.