Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
MODIFICATION

58 -- Video Teleconference Service - The offer due date has changed to September 9, 2005 and an additional item has been added to the list of components.

Notice Date
9/2/2005
 
Notice Type
Modification
 
NAICS
334411 — Electron Tube Manufacturing
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-05-T-0023
 
Response Due
9/9/2005
 
Archive Date
11/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being request and a written solicitation will not be issued. The solicitation number is W912LD-05-T-0023 and this combined synopsis/solicitation is issued as a Request for Quotation (RFQ). The offer due date/local time is not la ter than 2:00PM on September 9, 2005. Offers/quotations shall be mailed to USPFO For Rhode Island, RIPFO-PC, 330 Camp Street, Providence, Rhode Island 02906-1954. The anticipated award date is September 16, 2005; delivery of components/equipment shall be n ot later than thirty (30) calendar days from date of award; and physical work/installation shall commence not later than seven (7) calendar days from delivery/receipt of components/equipment; and labor/installation performance period shall be completed not later than fourteen (14) calendar days. Incorporates provisions and clauses in effect through Federal acquisition Circular 2005-05. This acquisition is 100% set-aside for small business and the applicable North American Industry Classification standard co de is 334111 (small business size standard is 1,000 employees). This will be an all or none firm-fixed-price contract. The Rhode Island Army National Guard has a requirement to purchase and install a VIDEO TELECONFERENCING SYSTEM to include the following i tems: One (1) each Eiki LC-XG210 3500 ANSI Lumen 800:1 Video/Data LCD Projector, or equal; one (1) each Ceiling Mount Bracket 0173-4263 for projector or equal; one (1) each Adjustable Ceiling Post 0173-4149 for projector, or equal; one (1) each Dalite 60 x 80 #84347L Tensioned Motorized Screen w/ LVC, or equal; one (1) each Polycom VSX8000 VTC System (Including Rack-mount, Multipoint Software, Quad BRI, ISDN Termination, Cables), or equal; two (2) each Pan/Tilt/Zoom Motorized AXIS 2130 Network Ceiling Cam eras, or equal; one (1) each CTG FS-2000 Audio Conferencing System (Includes: FS-02 Teleconference Interface, 2  CM-01 Ceiling Microphones, 4  SP-01 Ceiling Speaker Modules), or equal; one (1) each CTG Premier Customized Polycom Interface control, or equ al; one (1) each Crown XLS202 Dual Channel (200W/Ch) Woofer Amplifier, or equal; six (6) each JBL Control25 5.25 Two-Way 150W Speaker System, or equal; one (1) each Altinex TNP121C Architecture Table Top Interface (Computer, Audio, Touch Panel, Network, P ower), or equal; one (1) each Samsung DVD-V4600 DVD/CD/MP3/S-VCR Combination, or equal; one (1) each Denon AVR2805 7:1 700W Surround Processor/Receiver, or equal; one (1) each Creston MP2E Control Processor, or equal; one (1) each Creston C2N-MMS MultiMedi a Switcher, or equal; one (1) each Creston STS-Com Serial Module, or equal; one (1) each Crestron TPS-4000 10.4 Active Matrix Touchscreen Display, or equal; one (1) each CrestronPW-2420 RU Power Supply, or equal; one (1) each Extron MDA-3SV S-Video Distri bution Amp, or equal; one (1) each Extron MDA-3A Audio Distribution Amp, or equal; one (1) each Middle Atlantic ERK 21-20 Equipment Rack (40.8 H x 20 D x 23W), or equal; one (1) Middle Atlantic PFD -21 Smoked Plexiglass Locking Door, or equal; three (3) each Middle Atlantic U-2 Rack Shelves, or equal; three (3) each Middle Atlantic HBL-2 Cover Plate, or equal; three (3) each Middle Atlantic VTF-1 Vented Panel, or equal; one (1) each Middle Atlantic QFP-1 Fan Panel, or equal; one (1) each Middle Atlantic PD-915R Power Distribution Strip, or equal; one (1) each LG MU-42PM12X 42 XGA Plasma Display (5000:1 contrast), or equal; one (1) each PWMT200 PDP Wall Mount for 42 Plasma Display, or equal; one (1) each Crestron RF Gateway/Transceiver, or equal; one (1) each Crestron ST-DSN Docking Station/Charger, or equal; one (1) Crestron STX-1700C two-way 6 inch color touch panel, or equal. LABOR: All labor associated wi th installation of the listed items. WARRANTY: Warranty for all components/equipment and labor shall be in accordance with industry standards. Warranty information/data shall be submitted with the price quote. Award will be made to the responsible offeror whose offer represents the best value to the Government. The best value determination will be made on the basis of the following criteria (1) price and (2) past performance. Past Performance: Offerors shall submit a Reference List identifying three (3) b usinesses and Federal, State, or Local government agencies for which the offeror was last awarded a contract similar to this requirement during the past three (3) years as Tab A. For each reference on the list of awarded contracts, identify the following: Company/Government Agency name; Complete address; Point of Contact; Telephone number; Contract Number; Contract Type; Project Title; Period of performance; Brief description of the work; and Email address. NOTE: Failure to provide points of contact for all recent contracts may result in elimination from further consideration. Other Past Performance considerations offerors may include (optional): Letters of appreciation, recognition or commendations, etc., received on behalf of a customer may be submitted. T he Government will consider up to five (5) such documents. PRICE: Includes all associated cost necessary to accomplish this work including transportation/delivery charges. **Note: Vendor will be responsible for the following: (1) Provide, install, test, pr ogram and align equipment and related cables, connectors, and mounting hardware, to enable system to function as required. (2) Installation labor is to be performed during normal working hours, currently 7:00AM  5:30PM Tuesday through Friday, excluding Go vernment Holidays. (3) Contractor is responsible for removal and disposal (off site) of all packaging and installation related debris resulting form installation and to keep the work area clean and safe. (4) Provide operator orientation of system to client representatives not later than the time of contract completion. (5) Provide owners instruction manuals for all installed equipment not later than the time of contract completion. Offerors must also submit with their quotation, a signed copy of solicitati on provision FAR 52.212-3 Offeror Representations and Certifications  Commercial Items. This certification can be downloaded from www.arnet.gov/far at Part 52. Payment by Electronic Funds Transfer (52.232-33)  Central Contractor Registration, and DFARS C lause 252.204-7004, Required Central Contractor Registration. Additionally, the following FAR provisions are applicable: 52.204-6, Duns Number; 52.213-3, Notice to Supplier; 52.207-4, Economic Purchase Quantity-Supplies; 52.211-6, Brand Name or Equal; 52.2 11-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors  Commercial; 52.212-2, Evaluation  Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; 52.212-5, Contract terms and conditions Required to Implement Statute s or Executive Orders-Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation w/ Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Acti on Compliance; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Vets; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of Vietnam Er a; 52.222-48, Exemption from Application of Service Contract Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-1, Payments; 52.232-8, Discount for Prompt Payment; 52.232-11, Extras; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.243- 1 ALT II, Changes Fixed-Price; 52.246-1, Contractor Inspection Requirements; 52.246-16, Responsibility; 52.249-1, Termination for Convenience of the Government; 52.252-1, Solicitation Provisions Incorporated by Reference; 252.212-7001, Contract Terms and Conditions-Commercial Items; 252.211-7003. 52.212-2 EVALUATION--COMMERCIAL ITEMS - (a) The Government will award a contract resulting from this solicitation to t he 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: The relative importance of evaluation factors is: Pas t/Performance and Price are of equal importants. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacc eptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror w ithin the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there ar e negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause). Any amendments to this solicitation will be provided to all contractors expressing an interest to this solicitation, if registered at our web site, at www.ripfo.ngb.army.mil/ebs/advertisedsolicitations.asp. All Amendments, if any, must be acknowledged with your quotation. Delivery/Performance location is USPFO For Rhode Island, 330 Camp Street, Providence, Rhode Island 02906-1954; F.O.B. Destina tion. Any Request for Information (RFI) shall be faxed to 401-275-4305, two (2) days prior to the closing date and must identify the solicitation number. The Point of Contact for this acquisition is Mrs. Rebecca Blanchette, 401-275-4262; FAX 401-275-4305; email Rebecca.blanchette@ri.ngb.army.mil.
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
Country: US
 
Record
SN00886069-W 20050904/050902212237 (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.