Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

70 -- Multi-media training equipment

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-05-R-0016
 
Response Due
7/8/2005
 
Archive Date
7/23/2005
 
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. HSSS01-05-R-0016 issued as a Request for Proposals (RFP) through Federal Acquisition Circular 05-03. This action is a 100% small business set-aside. The NAICS code is 443112 and the small business size standard is $7.5 million. The U. S. Secret Service intends to procure multi-media equipment for a library and classrooms to be installed at the James. J. Rowley Training Center, Beltsville, MD. The Service intends to issue one (1) contract for all of the material listed below, though the government retains the right to make multiple awards. Installation services will not be included in this procurement. Contractors shall provide pricing and deliver, days after receipt of contract, for the following products: Sound Advance ? Model Number SA2B In-wall/ceiling speaker package, 1 each. Extron ? Model Number 6066801 MPA 122 Mini 2 channel amplifier, 1 each. Panasonic ? Model Number TH50PHD7UY 50? High definition plasma, 1 each Sony - Model Number SLVD550P VHS/DVD combo player, 1 each. AMX - Model Number PSN28 power supply, 2 each. AMX - Model Number CCIRC IR emitter cable, third party device, 4 each. Extron - Model Number 6056001 MLS 406 6-input computer and video switcher, 1 each. Chief - Model Number PLP2051 plasma lowprof. Wallmount, 1 each. Middle Atlantic - Model Number BRK20, 20 space, 18 deep rack, 1 each. Middle Atlantic - Model Number RKW wheel kit for RK and BRK, 1 each. Middle Atlantic - Model Number RSH4SLVD550P rack mount kit, 1 each. Neutrik - Model Number NYS231AU 3.5MM plug, 10 each. Sound Advance - Model Number CT73D ceiling speaker, plain white, 30 each. Crown - Model Number CTS4200 4-channel amplifier, 5 each. Crown - Model Number PZM10 microphones and accessories, 20 each. Shure - Model Number LX258 handheld transmitter with SM58, 4 each. Shure - Model Number WL184 microflex supercardiod laval, 4 each. Shure - Model Number LX1 bodypack transmitter, 4 each. Shure - Model Number LX4 MARCAD diversity receiver, 8 each. Radio Design Labs - Model Number RUDA4D 1 x 4 stereo or 1 x 8 mono-audio, 4 each. Radio Design Labs - Model Number RUMX5 5-input mic/line mixer, 8 each. Radio Design Labs - Model Number STMX2 microphone pre-amp switched, 9 each. Sony - Model Number VPLFX51 super smart projector, 5 each. Tandberg - Model Number 112500N Wave camera, 8 each. Sony - Model Number SLVD560P DVD/VCR combo, 4 each. Panasonic - Model Number DMRT6070 DVD recorder with 160 GB hard drive, 4 each Extron - Model Number 6068301 MPX 423 A, 4 each. ELMO - Model Number HV7100SX SXGA presenter, 4 each. RGB Spectrum - Model Number DVXL20 dualview 2-graphic inputs dual outputs and rackmount, 4 each. Extron - Model Number 6024603 P/2 DA4xi 4-output VGA DA, 4 each. Extron - Model Number 6067901 SW2 VGAcc, 4 each. Blonder - Model Number AM40750B modulator, agile, 4 each. Extron - Model Number 6037502 interface RGB48xi universal mount, black, 4 each. Extron - Model Number 721101HSA AC-Net AAP, 4 each. Extron - Model Number 7010712 double S-video and (3) RCA-RCA, 4 each. AMX - Model Number NI3000 Netlink Integ. Controller, 5 each AMX - Model Number FG225661V Touchpanel, modero VG series 17? wall/flush mount, 4 each. AMX - Model Number NXAUSBTN Takenote ? USB stick, 4 each. AMX - Model Number AXDCP4A 4? ceiling flush mount touchpanel with audio, black, 4 each. AMX - Model Number CBCPA conduit box for AXD-CP4/A, 4 each. AMX - Model Number NXCVOL4 Volume card 4-channels, 5 each. AMX- Model Number UPC20+ Universal power cord, 8 each. Draper Inc. - Model Number 300051 Bomb bay doors open to lower projector into room, 5 each. Draper Inc. - Model Number 232451 fixed mount for low profile ceiling installations, 5 each. Ganz CCTV - Model Number EM2 camera economy mount, 8 each. Middle Atlantic - Model Number RSH4ASLVD550 rack mount kit for Sony SLVD550, 4 each. Middle Atlantic - Model Number RSH4ADMRT6070P custom rack shelf, 5 each. Middle Atlantic - Model Number U2 rack shelf, 6 each. Extron - Model Number 606410 rack shelf, 1RU, 6? deep, 4 each. Radio Design Labs ? RURA3 rack chassis, 4 each. Radio Design Labs - Model Number PS24A power supply, 9 each. Stewart FI ? custom screen model A ? 84W x 63H, Ultramatte 150, 4 each. Tandberg - Model Number 113727 Codec 300 MXP, 4 each. Tandberg ? Model Number 113828NPP Codec MXP natural presenter package (NPP), 4 each. Tandberg - Model Number 113855MS Codec MXP multisite (MS) (requires NPP), 4 each. Tandberg - Model Number 11372V04 Partner core service for 3000MXP, 4 each. Neutrik - Model Number NC3MX male 3-pin Xlr, 22 each. BTX - Model Number CVCP882 B/C connection ends, 50 each. Switchcraf - Model Number 3502 AAU male plug, gold, 10 each. The contractor shall certify that all offered products are compliant with section 508 of the Rehabilitation Act of 1973. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2, Evaluation, Commercial Items; 52.212-2 Paragraph (a) insert: The following factors shall be used to evaluate offers: Technical/Organizational Capability, Past Performance and Price. Technical/Organizational Capability and Past Performance combined are equal to Price. The offeror shall provide, as part of their initial proposal, a list of all Government contracts received, or performed, during the past five (5) years for identical or similar supplies to that described in this solicitation. The offeror shall identify any contracts that resulted in disputes over non-performance between the vendor and the Government. 52.204-7 Central Contractor Registration; 52.212-3 Offeror Representations and Certifications, offerors shall only complete paragraph J of this provision if the has completed the annual representations and certifications electronically at http://orca.bpn.gov. 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All proposals must include: Technical/Organizational Capabilities which addresses the statement of work requirements herein and identified and signed copy of the FAR 52.212-3, Representations and Certifications. Offerors should email or fax any questions regarding this RFP by no later than Thursday, June 24, 2005. Please note: All responsible offerors shall submit proposals to the U.S. Secret Service, Procurement Division (Suite 6700), Attn: Kathleen McGrath, or via fax number (202) 406-6801, to be received no later than 5:00pm on Friday, July 8, 2005.
 
Place of Performance
Address: U. S. Secret Service, Communications Center (RTC), 245 Murray DR SW, Bldg. 410, Washington, DC
Zip Code: 20223
Country: U. S. A.
 
Record
SN00829130-W 20050616/050614211549 (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.