Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
MODIFICATION

70 -- 70 ? 23.1 LCD Monitor

Notice Date
7/21/2005
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-05-R-TED254
 
Response Due
7/27/2005
 
Archive Date
8/11/2005
 
Point of Contact
Linda Mullen, Contract Specialist, Phone (202) 475-3252, Fax (202) 475-3905, - John Manko, Contracting Officer, Phone (202) 475-3244, Fax (202) 475-3905,
 
E-Mail Address
lmullen@comdt.uscg.mil, jmanko@comdt.uscg.mil
 
Description
This is an amendment to Solicitation No. HSCG23-05-R-TED254. This amendment clarifies the question marks throughout the original document. All questions to this requirement should be submitted not later than 3:00 pm, July 21, 2005. The following is the information in Block 17 of the original document. 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. This is Request for Proposal No. HSCG23-05-R-TED254. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 05-04. The NAICS code is 334119 and the size standard is 750 employees. The U.S. Coast Guard (USCG) is seeking to replace the 25 inch Shipboard Command and Control System (SCCS) CRT monitors on the Coast Guard WHEC-378 and WMEC-270 class of cutters. Mitsubishi Electric manufactured the model HJ6505 sk, currently used by the Coast Guard. The 25 inch SCCS CRT Monitors have been in use by the CG since 1990 as part of SCCS-378 and SCCS-270 to view CAPN, SCCS, SPA-25, Optical Surveillance site, and Flight Deck Video. These monitors are no longer supportable. All spare monitors supplied to Electronic Logistics Command (ELC) have been consumed and the monitors are beyond economical repair. The USCG has a requirement for eighty (80) 23.1 inch Diagonal LCD Monitors. Specifications are as follows: (1) 23.1inch diagonal LCD monitor with an approx active area of (18.5 inch (w) x 13.9 inch (h)) (2) Physical dimensions of the monitor, without the stand, should not exceed (22 inch (w) x 18 inch (h) x 5 inch (d)) (3) The LCD Monitor must be Section 508 Compliant (4) VESA DPMS compliant (5) Rugged design intended for harsh environments (6) Metal Enclosure with capability for both a yolk style mount and a standard VESA 100mm mount (7) Auto-detection of multiple display formats from 640x480 to 1600x1280, including interlaced formats (8) Accepts DVI-I or VGA (9) The monitor shall have a full range back-light dimming capability (black screen to bright screen) (10) The unit shall be able to use 120 Volt AC, 60 Hz Shipboard Power (11) Must be compatible with HD15 male connector either direct connection or via a converter cable. If DVI-I male to HD-15 female cable is required it shall be 6 ft in length (12) At a minimum, the front panel controls must have the following On Screen Display Controls: Power, Brightness, Contrast, Horizontal & Vertical Positioning, Horizontal Size, Vertical Size, Image Adjust (13) Monitor must be operational between the temperatures of 32 degree F to 122 degree F (14) LCD monitor should be less than 40 lbs. The Monitor shall be able to display the following specific video sources: SPA-25G: Sync Peak : -2 Volts, Line Rate: 1125 per frame, Frame Rate: 40 per second, Field Rate: 80 per second, Interlacing: 2:1, Aspect Ratio: 5/4, Video Bandwidth: 40Hz to 30 MHz, Resolution: 1280x1024; SCCS: Sun Microsystems XVR-100 (1280x1024x60 Hz), see Attachment 5; Sun Microsystems PGX-64 (1280x1024x60 Hz), see Attachment 6; CAPN: Microsoft Windows compatible graphics Card (1024x768x60 Hz); MARFLIR: Composite Video, see Attachment 7; Optical Surveillance System: 5003-A1 ICCD Camera (768x494), see Attachment 8; VCR: Composite Video, (MVR440) see Attachment 9; Inline Video Scaler (IN1402): 1280x1024, see Attachment 10; Flight Deck Video Cameras: OSS Camera 5003, see Attachment 8; HP 755s Workstation (FireGL T2-128 Graphic Card), see Attachment 11: 1280x1024, RGsB; NTI Video Matrix Switch (SM 16x12): Up to 1900 X 1200, see Attachment 12. Deliverables: Eighty (80) 23.1 inch Diagonal LCD monitors, any required adapter cables (if applicable) for each LCD, necessary video and power cables for each LCD, Equipment User (Operator) Manual for each LCD, Equipment Maintenance Manual for each LCD (may be combined with the User Manual). Manuals may be provided in Portable Document Format (.pdf). Option: 66 Rugged Monitor Mount/Stands. The Contractor may propose a rugged monitor mount/stand, capable of being bolted to a flat surface. Warranty: Minimum of one-year manufacturers warranty is required. Any warranty provision shall commence upon completion of equipment installation by USCG technicians. Government Furnished Resources: Attachments 1-12. Contractor shall furnish everything required to perform this contract except for the aforementioned attachments. Delivery shall be 60 days from contract award. Early delivery is acceptable. The USCG intends to award a Firm-Fixed Price type 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 shall be used to evaluate offers: Technical Approach (including testing), price and past performance. Factors are in descending order of importance. Technical Approach is understanding of and capability to fully meet the requirements of the solicitation. Offerors meeting the requirements of the solicitation will be requested to submit a 23.1 inch LCD Monitor test unit, with mount, if applicable (see Attachment 13), Bailment Agreement, which shall be returned in the technical section of your response. The original signed copy of the agreement shall be included with your test unit, if requested. A laboratory bench test and an operational test will be performed. Monitors meeting the requirements of the solicitation would be temporarily installed for a period of up to 30 days. The purpose of the bench testing is to ensure the monitor meets the required specifications outlined in the solicitation. The purpose of the operational testing will be to ensure the monitor unit interfaces correctly and can operate properly in normal working conditions of an operational unit. Certain environmental conditions cannot be controlled; however, the Coast Guard conducts its operations in a vast spectrum of weather conditions such as high winds, rough seas, and at times in storm conditions. Past Performance is based on timeliness of delivery and customer satisfaction within past three (3) years. Your offer should contain sufficient detail to evaluate your ability to meet the stated requirements. Please provide three (3) references (names, phone numbers, and e-mail addresses, if available) for past performance. The Government will evaluate offers for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes. The following provisions are incorporated by reference: 52.212-1 Instructions to Offerors, Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items (Reps and Certs must be submitted with offer); 52.212-4 Contract Terms and Conditions, Commercial Items. An addendum to this clause is included in Attachment 14. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. The following FAR clauses cited in Paragraph (b) of this clause are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-18. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further actions by either party. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offers are due by 3:00 p.m. on July 27, 2005, to the attention of Linda Mullen via email at lmullen@comdt.uscg.mil. For information call Linda Mullen at 202/267-1639. For information concerning this acquisition, contact the contracting official listed above.*****
 
Place of Performance
Address: Commandant (G-ACS-5B/LM/0206), U.S. Coast Guard Headquarters, 1900 Half Street, SW, Washington, DC 20024
Zip Code: 20024
Country: USA
 
Record
SN00851588-W 20050723/050721211529 (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.