Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

58 -- Audio Visual Equipment

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0045
 
Response Due
5/23/2005
 
Archive Date
6/7/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION in far Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued PAPER COPIES OF THIS SOLICTATION WILL NOT BE AVAILABLE. The RFQ number is N00259-05-T-0045. Closing date: May 23, 2005 @ 3:30 pm Pacific Standard Time. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 20050323. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gove/far and www.dtic.mil/dfars. The NAICS code is 541512 and the Small Business Standard is 21.0 million. This is a 100% Small Business Set-Aside, 8A Program Participants, competitive action. Naval Medical Center San Diego, Material Management Division request responses from eligible (8a) sources capable of providing: CLIN 0001: Audio Visual Equipment. This requirement is for the purchase and installation of audiovisual equipment for the Nutrition Management's classroom. The requirement is to include: - LCD projector, ceiling mounted- Podium w/touch panel control and mount rack- Video Cassette Player/Recorder (VCR) DVD player- 2 speakers, wall mounted. - Amplifier- Screen, motorized, wall mounted w/ remote operation- Installation kits, wiring, wall plates and racks as necessary to complete the requirement. All components are to be brand name or equal. Components are not proprietary. FOB: Destination Delivery __days ARO. CLIN 0001AA each @ $____ = $____ LCD Projector P/N: __ MFR: NEC- With 3,000 lumens normal mode, 2,300 lumens in Eco mode- Contrast ratio of 400:1- Lens throw ratio from 1.7.1 (wide) to 2.0.1 (tele)- 2,000 hour lamp in normal mode, 3,000 life in Eco mode- Inputs: 2 RGB, 1 component, 1 S-video, 1 Video, 2 RCA Audio, 1 PC card slot- Outputs: 1 RGB, 1 Stereo mini audio- Color Reproduction: 16.7 million colors simultaneously, full color- Power Requirements: 100-120VAC/200-240VAC, 50/60Hz- Power Consumption: 280W (Normal), 225W (Eco) average- Additional Advanced Features. CLIN 0001AB 1 Lot @ $____ = $____Cables & Connectors, P/N: __ MFR: CVI/HVS CLIN 0001AC 1 each @ $____ = $_____Projector Mount P/N: __ MFR: CHIEF CLIN 0001AD 1Each @ $_____ = $ _____ Installation Kit P/N: __ MFR: EXTRON15HDM BNC-5 50', switch to projector. CLIN 0001AE 1 Each @ $____ = $_____ Line Divider P/N: __ MFR: EXTRONDAV 101CM-4 CLIN 0001AF 1 Each @ $____ = $____Video Wall Plate (White) P/N: ___ MFR: EXTRONIN9381-SE1CLIN 0001AG 1 Each @ $____ = $____Neutral, Wall Plate Module P/N: ___ MFR: EXTRONIN9373D CLIN 0001AH 1 Each @ $____ = $____Engraving word "Speakers" on Neutral P/N: ____ MFR: EXTRON CLIN 0001AJ 1 Each @ $____= $____Pin Connector P/N: __ MFR: EXTRON CLIN 0001AK 1 Each @ $____= $____ Engraving word "Display on 9 Pin P/N: ___ MFR: EXTRON CLIN 0001AL 1 Each @ $____= $____Cresnet Wall Plate Connector Module P/N: __ MFR: EXTRONIN9356 CLIN 0001AM 1 Each @ $____ = $____Engraving the word "Cresnet" on Cresnet P/N: ___ MFR: EXTRON CLIN 0001AN 1 Each @ $____ = $____ Blank Single Gang on Rack/N: __ MFR: EXTRONIN9350 CLIN 0001AP 1 Each @ $____ = $____ Mounting Plate for RackFFPP/N: __ MFR: EXTRONCPM103W-2 CLIN 0001AQ 1 Each @ $____ = $____Mud Ring for Rack Mounting Plate P/N: ___ MFR: EXTRON CLIN 0001AR 1 Each @ $____ = $____VGA M25' MHR 15 Pin Cable, 25 P/N: __ MFR: EXTRON 0001AS 1 Each @ $____ = $____Podium P/N:___ MFR: SMART Technologies Sympodium L250 interactive lectern with touch sensitive screen and stylus pen. Specifications: - Software: SMART Board Standard finishes: - light wood grain, roll-about, self-contained unit- Interactive Lectern Pen Display- X-Port 40 Unit 4x1 RGB Video, Audio, and USB Data Switch- Guest Laptop Connection Panel. CLIN 0001AT 1 Each @ $____ = $____Mitsubishi VCR HS-U778P/N: __ MFR: Mitsubishi- S-VHS Recording and Playback- 2D Y/C Comb Filter- Front panel S-Video input- S-Video pass-through- VCR Plus+C3- 500X Turbo Drive mechanism- Perfect tape select- Auto Clock- One touch recording- Front AV inputs- Multibrand remote control. CLIN 0001AU 1 Each @ $____ = $____ Mitsubishi DVD Media Player/N: ___ MFR: Mitsubishi- DVD-Audio Decoder- SACD Audio Decoder- DTS Audio Decoder- JPEG, WMA, and MP3 Decoders- Dolby Digital 5.1 Decoder- 10-bit/ 54MHz Video Processor- 24-bit/192KHz Audio Processor- CD-R, CD-RW, DVD-R and DVD-RW Playback- 5.1 Channel Audio Output jacks- Optical Digital Audio Output CLIN 0001AV 1 Each @ $____ = $____Custom Rack Shelf for VCR P/N: ___ MFR: Middle Atlantic CLIN 0001AW 1 Each @ $____ = $____ Custom Rack Shelf for DVD P/N: ___ MFR: Middle Atlantic CLIN 0001AX 1 Each @ $____ = $____ Custom Rack Shelf for Amplifier P/N: __ MFR: Middle Atlantic CLIN 0001AY 2 Each @ $____ = $____ Speakers (White), 2 ea P/N: ___ MFR: Atlas Gondolier CLIN 0001AZ 1 Each @ $____ = $____ Control System P/N: ___ MFR: Creston CLIN 0001BA 1 each @ $____ = $____ Touch Panel P/N: __ MFR: Creston CLIN 0001BB 1 each @ $____ = $____ Engraving words "Screen Up/Screen Down? P/N: ___ MFR: Creston on touch panel CLIN 0001BC 1 each @ $____ = $____ Rack Mount P/N: __ MFR: Creston CLIN 0001BD 1 each @ $____ = $____ Power Supply for Rack Mount P/N: ___ MFR: Creston CLIN 0001BE 1 each @ $____ = $____ Amplifier P/N: __ MFR: Creston CLIN 0001BF 1 each @ $____ = $____ Targa Electric Screen P/N: __ MFR: Draper60" x 80", wall mounted CLIN 0001BG 1 each @ $____ = $____ Brackets, Targa Screen Mounting P/N: __ MFR: Draper CLIN 0001BH 1 each @ $____ = $____ Controller, Low Voltage for Targa Screen P/N: __ MFR: Draper CLIN 0002 1 Lot @ $____ = $____ Installation is to include all labor, tools, hardware, set-up, testing instructions as required and all material necessary to complete the requirement. Equipment will be delivered to and installed in the Nutrition Department's Classroom, Mr. 3D-20J1, 3rd floor, Bldg.1. All work will be done Monday through Friday, 0800-1600. The government POC will be contacted one week prior to installation to arrange a date and time. The NMCSD Chief of Police must be contacted by the government POC at 619-532-9966, prior to installation, if the delivery point is to be anywhere other than Loading Dock 1, bldg 1 to arrange for any security issues concerning the delivery. Government POC?s: CS2 TrinidadPh: 619-532-8531Dianne Scavo-HarrisonPh: 619-532-8531Suggested Source: AdapTech Corporation730 Kenoak DrivePlacentia, CA 92780Ph: 562-626-7848Mobile ph: 714-743-5433Fax: 714-842-0942. The following FAR provisions and clauses are applicable to this procurement: This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration OCT 2003; 52.211-6 Brand Name or Equal AUG 1999, To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must ?1) meet the salient physical, functional, or performance characteristics specified in this solicitation; 2) clearly identify the item by: a) brand name, if any and b) make or model number. 52.211-17 Delivery of Excess Quantities SEP 1989 ; 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003; 52.219-18 Notification Of Competition Limited To Eligible 8 (A) Concerns JUN 2003 ; 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003; 252.219-7010 Alternate A JUN 1998; 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2005) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2004) 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227). 252.219-7009 SECTION 8(A) DIRECT AWARD (MAR 2002) 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (APR 2003) 52.212-2, Evaluation Commercial Items (JAN 1999), is applicable to this procurement. While price will be a significant factor in the offers, the final contract will be awarded in a combination of price, past performance and delivery. The following factors shall be used to evaluate offers: Past Performance: The offeror shall provide information about not more than three of their previous/current contracts that are relevant to the requirements of the solicitation. In order to be considered relevant, the installation must have been provided within the last 3 years. The more closely the previous/current contract supplies/installation match the solicitation requirements in terms of the range of services provided and the amount of supplies/installation provided, the more relevant the contract will be considered. The offeror may include contracts that demonstrate the prior experience of corporate officials /teaming partners who will be performing in support of the contract resulting from this solicitation; such contracts shall be clearly notated to show the relationship of the past performance entry to the offeror. The offeror's past performance information must include the following information on each contract: (a) the contract number. (b) The type of supplies/installation and products provided. (c) Location(s) of supplies/installation provided. (d) Dates of supplies/installation provided. (e) Name, organization, and telephone number of a VERIFIED point of contact at the entity for whom services were provided. (The Government will be contacting the points of contact to obtain verification and rating of past performance information.) Delivery Price All Quoters (Shall include) a completed copy of 52.212-3, 252.219-7009 and 252.225-7000 with their quote. . Contractor must be registered in the Central Contractor Registration database. To access CCR database log on http://www.ccr.gov. All responsible sources may submit a quote to Laura Pruett, Naval Medical Center, San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, 619-532-8100, FAX 619-532-5596, or by e-mail lmpruett@nmcsd.med.navy.mil. (Award will be based on ?all or none?). All interested 8(a) contractors who would like to arrange a site visit shall contact Laura Pruett at lmpruett@nmcsd.med.navy.mil or Loida Toledo at lctoledo@nmcsd.med.navy .mil. On-site visitation should be done before closing date.
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego CA
Zip Code: 92134
Country: USA
 
Record
SN00809724-W 20050519/050517212551 (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.