Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

D -- FBI Classroom and Executive Office

Notice Date
5/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
0145842
 
Response Due
6/1/2005
 
Archive Date
6/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; a proposal is being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Quotation (RFQ #0145842). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR 2005-03. (iv) This solicitation is restricted to a small business set-aside. Standard Industrial Classification Code is 5065 and the small business size standard is 100 employees. A firm-fixed-price purchase order will be issued as a result of this combined synopsis/solicitation. The FBI reserves the right to exercise option years for maintenance for a period of 4 years after award. (v) The RFQ is for the following CONTRACT LINE ITEM NUMBERS (CLINs) Items to fully outfit modem classroom facility (classroom 607) in the CJIS Division Facility in Clarksburg, WV. CLIN 0001: LCD Projector w/3500 ANSI Lumens XGA, Qty 1 CLIN 0002: Projector Mount, Qty 1 CLIN 0003: Ceiling Mount Document Visualizer, Qty 1 CLIN 0004: VCR/DVD Combo, Qty 1 CLIN 0005: Audio Amplifier, Qty 1 CLIN 0006: Ceiling Mount Speakers, Qty 4 CLIN 0007: 100" motorized, Tab Tensioned Screen, Qty 1 CLIN 0008: Low Voltage Controller, Qty 1 CLIN 0009: 32" LCD Display Monitor, Qty 2 CLIN 0010: LCD Swivel Mounting Bracket, Qty 2 CLIN 0011: ViewPoint Wireless Room Controller, Qty 1 CLIN 0012: Volume Control Card * Shell, Qty 1 CLIN 0013: Switcher, Qty 1 CLIN 0014: VGA DA, Qty 1 CLIN 0015: Video Da, Qty 1 CLIN 0016: 42" Plasma Monitor, Qty 1 CLIN 0017: Plasma Wall Mount Tilt, Qty 1 CLIN 0018: Media Manager Lectern, Qty 1 CLIN 0019 : Cables and Connectors, Qty 1 CLIN 0020: Engineering CLIN 0021: AMX Programming CLIN 0022: Project Management CLIN 0023: Installation CLIN 0024: Training CLIN 0025: Instruction Manual CLIN 0026: Shipping CLIN 0027: 1st Year Maintenance Contract CLIN 0028: PC Interface module, Qty 2 CLIN 0029: Equipment Rack, Qty 1 CLIN 0030: Wide Band Matrix Switcher 4x2, Qty 1 Items to fully outfit an executive office in the CJIS Division Facility in Clarksburg, WV. CLIN 0031: LCD Projector with 4500 ansi Lumens XGA, Qty 1 CLIN 0032: Dedicated Projector Mount, Qty 1 CLIN 0033: Escutcheon Ring, Qty 1 CLIN 0034: Cable Manager, Qty 1 CLIN 0035: 100? motorized, tensioned advantage screen, Qty 1 CLIN 0036: Equipment Rack, Qty 1 CLIN 0037: Low Voltage Controller, Qty 1 CLIN 0038: Audio Amplifier, Qty 1 CLIN 0039: 26 ct Ceiling Mount Speakers, Qty 6 CLIN 0040: ViewPoint Wireless Room Controller, Qty 1 CLIN 0041: Volume Control Card & Shell, Qty 1 CLIN 0042: AV Switcher w/RS232 Control, Qty 1 CLIN 0043: VGA Distribution Amplifier, Qty 1 CLIN 0044 : Custom Wall Plate, Qty 1 CLIN 0045: Custom Programming & Software, Qty 1 CLIN 0046: Cables and Connectors CLIN 0047: Installation CLIN 0048: Training CLIN 0049: 1st Year Maintenance Contract Option Year Maintenance Agreements CLIN 0050: Option Year 1 Maintenance Agreement on Classroom 607 and Executive Office CLIN 0051: Option Year 2 Maintenance Agreement on Classroom 607 and Executive Office CLIN 0052: Option Year 3 Maintenance Agreement on Classroom 607 and Executive Office CLIN 0053: Option Year 4 Maintenance Agreement on Classroom 607 and Executive Office (vi) For copies of room layout please contact the Federal Bureau of Investigation, Information Technology Contracts Unit, Kathrina L. Sliger (Ria) (telephone: 304-625-4142), Module E-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391 ? submit your request for a room layout by Tuesday, May 24, 2005 12:00 p.m. EST (a) level of warranty and maintenance shall include an initial one-year warranty on all equipment and services with a mandatory 2-hour maintenance response call back time and a 4-hour maintenance response visit on site in Clarksburg, WV when the FBI determines it to be necessary. Additionally, temporary replacement equipment shall be available for any equipment requiring repair, (b) an extended maintenance option for an additional 4 years and (c) future expansion of classroom size and/or the type and/or number of peripheral components. All contractor personnel performing under this contract shall meet the FBI's security clearance process. (vii) Installation, training and maintenance shall be performed within 90 days of issuance of a purchase order at the Federal Bureau of Investigation, Criminal Justice Information Services Division (CJISD), 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, and shall be F.O.B. Destination. (viii) FAR 52.212 1, Instruction to Offerors ? Commercial, is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212 1 Para. (B) Submit three copies of signed and dated offer by close of business June 1, 2005 to The Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Kathrina L. Sliger (Ria), Module E-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. ADDENDUM far 52.212 1 Para (B) (4) Offers shall include a detailed description of the terms and conditions for performance of the maintenance. (ix) FAR 52.212 2, Evaluation Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212 2 Para. (A) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: technical capability to meet the requirements, ability to respond within all the specified time frames regarding maintenance ands service, price, and past performance. For past performance evaluation, offeror's shall provide names, addresses, and telephone numbers of three most recent customers, Government and commercial, which have utilized the offerors services for the same or similar equipment during the past two years. (x) Offeror shall include a completed copy of the provision at 52.212 3, Offeror Representations and Certifications Commercial Items, with its offer. (xi) FAR 52.212 4, Contract Terms and Conditions Commercial Items, is incorporated by reference and applies to this acquisition and resulting contract type: The resulting contract will be firm, fixed price (FFP). (xii) FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, is incorporated by reference; however, for Paragraph (B) only the following provisions apply to this acquisition: 52.222-26 Equal Opportunity, 52.222-21 Prohibition of Segregated Facilities, Affirmative Action for Workers with Disabilities 52.222 36, 52.222 37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies: and 52.232-33, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. (xiii) Additional requirements: The contractor shall be responsible for obtaining a business license for services being conducted within the City's (Clarksburg, WV) corporate limits to comply with the Business and Occupational tax obligations. Contact the Director of Finance, City of Clarksburg at 304-624-1630 or the City Manager at 304-624-1677 for instructions. FAR 52-204-7 Central Contractor Registration is incorporated by reference and applies to this acquisition. (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: N/A. (xvi) A technically acceptable quotation must clearly show that the Offeror can meet the minimum requirements of the Government. Any clarifications or questions should be in writing and directed to FBI Contracting Officer, Kathrina L. Sliger (Ria), klsliger@leo.gov, or facsimile at 304-625-5391 by Tuesday, May 24, 2005, 12:00 p.m. EST. If clarifications or questions are received after this date and time, the Government reserves the right to not provide a response. The Offeror is requested to submit three signed copies of their quote by close of business June 1, 2005 to The Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Kathrina L. Sliger (Ria), Module E-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (xvii) Name and telephone number of individual to contact for information regarding the solicitation: Kathrina L. Sliger (Ria), 304-625 4142.
 
Place of Performance
Address: 1000 Custer Hollow Road, Clarksburg, WV
Zip Code: 26306
Country: United States
 
Record
SN00806804-W 20050515/050513211902 (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.