Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2005 FBO #1480
SOLICITATION NOTICE

59 -- VTC Equipment and Installation

Notice Date
12/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (1TT), 10 Causeway Street, Suite 1085, Boston, MA, 02222
 
ZIP Code
02222
 
Solicitation Number
Reference-Number-R1PB57000505
 
Response Due
12/19/2005
 
Archive Date
1/3/2006
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is R1PB57000505 and is issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. This solicitation is 100% set aside for small business concerns. The associated NAICS code is 334290 and the small business size standard is 750 employees. Description of Work: The work includes the purchase and delivery of Audio/Video VTC Equipment for delivery and installation at Hanscom AFB, MA 01731 (See below). Any questions shall be directed to the Contracting Officer Doug Punzel (617-565-5769) at Douglas.Punzel@gsa.gov with copies to Paul Bowen at paul.bowen@gsa.gov. The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2005)* applies to this acquisition and is incorporated by reference. (* (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.) The provision at FAR 52.212-2, Evaluation Commercial Items (Jan 1999) applies to this solicitation. Award will be made to the lowest total price quotation that meets all delivery requirements. Delivery requirements include the following: (1) Delivery terms shall be FOB destination; (2) Delivery of all items shall take place not later than thirty (30) calendar days from the date of award; (3) There shall be no partial deliveries. Offerors are to provide quotations for all items to be considered responsive. Only one award will be made in response to this solicitation. Multiple awards will not be made. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), with its offer and/or verify by the ORCA website. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2005), applies to this acquisition. The following additional clauses are incorporated by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [None] The due date for receipt of quotations is 19 December 2005 at 3:00 pm EST. Quotation may be provided by email to Douglas.Punzel@gsa.gov (with copies to paul.bowen@gsa.gov) or by mail to GSA FTS Region 1, Attention Doug Punzel, 10 Causeway Street, Room 1085, Boston, MA 02222. Faxed quotations will not be accepted. It is recommended to copy/paste this list to a word document or equal method for readability. Item Manufacturer Description Mfg Part No. Qty I. Equipment, Software & Warranties Equipment specified below is the preferred hardware solution. If a line item substitution is submitted as part of the quotation, the component quality and characteristics must meet or exceed those specified. Codec - OEM: Polycom Polycom VSX 8000 Codec IP 2200-21400-001 1 Polycom VSX People+Content IP Software Option License 5150-22294-001 1 Polycom VSX Quad BRI Module with cables 2215-20523-001 1 Polycom Partner Premier, 1stYr Upgrade,VSX8000 SERIES, advance replacement parts shipped priority level same business day as call, tel tech support to Partner during bus hrs, software updates&upgrades 4870-00069-150 1 Control - OEM: AMX AMX EXP-8430 AMX Experience Kit Hardware included: MVP-8400, NI-3000, NXA-WAP200G, MVP-KS, PSN4.4, CC-NET, CC-SER, CC-USB. Software CD with AMX Design tools including: Design Xpress & Design Xpress - Home Theater, Design Xpress Professional, PanelBuilder, PanelPreview FG5965-8430K 1 AMX NXC-VOL4 Volume Card, 4 Channels FG2024 1 AMX NXS-NMS NetModule Shell (houses NXC control cards) FG2009-10 1 AMX AC-RK Accessory Rack Kit (3 unit capacity, single rack unit height) FG515 1 AMX MVP-TDS Modero ViewPoint Table Top Docking Station FG5965-10 1 AMX PSN6.5 12VDC, 6.5A Power Supply (regulated, 110/220VAC input, 3.5mm & 5mm Phoenix Connectors Included) FG423-41 1 Audio - OEM: AGK Bi-Amp Biamp AudiaFLEX chassis, 2RU AUDIAFLEXNC 1 Bi-Amp Biamp 2-channel mic/line input card IP2 2 Bi-Amp Biamp 2-Channel Mic/Line Output Card OP2 2 Bi-Amp Biamp 2-channel acoustic echo canceling/noise suppression wideband AEC2W 5 Audio - OEM: Crown Crown Crown CH2 100W/chan Power Amplifier CH20000A000 1 Audio - OEM: AKG AGK AKG Ceiling Mounted Microphones C562CM 4 Audio - OEM: Audio Technica Audio Technica Unidirectional condenser boundary microphone with 3-mode touch-switch and detachable 25' cable AT891R 5 Audio - OEM: KSI KSI KSI 8081-CS 2x2 grid ceiling mount loudspeaker 8081-CS 4 KSI KSI Transformer 70.7 volt 30 watts T-70-30 4 Video - OEM: NEC NEC NEC 61" Plasma Display PX-61XM3A 1 NEC Tabletop Base Stand NEC 61" Black PX-61ST1U 1 NEC NEC 61" Plasma tilt wall mount. p/n: 61TWMK-1 61TWMK-1 1 Video - OEM: Sony Sony Sony EVI - D70 Camera EVI-D70 1 Video - OEM: JVC JVC JVC SR-MV40 is a multi-format DVD recorder and high performance SVHS VCR dual deck unit SR-MV40 1 Video - OEM: Extron Extron CrossPoint 300 88HVA 60-325-16 1 Extron Extron-P/2 DA2 Plus, 2 output VGA Dist Amp. 60-046-02 1 Racks, Shelving - OEM: Mid-Atlantic Mid-Atlantic 1 SPACE (1 3/4") VENT PANEL, LARGE PERFORATION PATTERN VT1 8 Mid-Atlantic 2 SPACE (3 1/2") VENT PANEL, LARGE PERFORATION PATTERN VT2 2 Mid-Atlantic 3 SPACE (5 1/4") VENT PANEL, LARGE PERFORATION PATTERN VT3 2 Mid-Atlantic "L" SHAPED LACING BAR WITH 4" OFFSET, 10 PC. PACK LBP-4A 1 Mid-Atlantic RECTANGULAR (SQUARE CORNER) LACING BARS, 10 PC. PACK LBP-1S 1 Mid-Atlantic "L" SHAPED LACING BAR WITH 2" OFFSET, 10 PC. PACK LBP-2A 1 Mid-Atlantic 3 SPACE (5 1/4") RACK DRAWER, BLACK BRUSHED FINISH D3 1 Mid-Atlantic 500 PC. PHILLIPS 10/32 CAPTIVE CUP WASHER PACKED IN A RESEALABLE JAR HW500 1 Mid-Atlantic 14 SPACE ROTATING SLIDING RAIL SYSTEM, 300 LB. CAPACITY SRSR-4-14 2 Power Distribution / Protection - OEM: SurgeX SurgeX SurgeX sx2120 sx2120 1 Cabling, Distribution, Termination Misc Audio, video, control cabling, components and accessories MISC 1 Misc Ceiling cable tray hardware and accessories. MISC 1 Misc Floor/surface conduit hardware and accessories. MISC 1 Shipping & Insurance n/a Shipping & Insurance Charges 1 II. Labor Labor On-Site Installation, Integration and Training (includes Travel Expenses). Installation to be performed by OEM-certified installers only. Electronics installation shall occur in several pieces of customer furnished furniture. Some minor fabrication work may be required to provision for power, cooling, cabling and distribution. Installation and integration includes configuration and tuning of audio system to utilize the best combination of overhead and table microphones. Universal mute and location mute will be programmed by both control and device per customer preferences. Video inputs include both a PC and laptop located within the conference space. Video distribution and control should allow for view of up to and including all 3 sources of H.239 video, with the native VGA being displayed for both receive and send "PC". 1 Labor Engineering and Documentation Package: To Include AS-BUILT Drawings and User Interface Touch Panel Instruction Manual, AMX Source Code, and Audio Mixer file. Configuration documentation should be delivered both in hardcopy, where applicable and on CDR. Drawings should be provided in Visio format or importable by Visio. OEM documentation should be delivered in both hardcopy, where applicable and on CDR, where applicable. 1 Labor Control System Programming Services. Control includes providing for sub-system(s)) or system(s)) shut-down per security provisions provided by the customer. Programming includes voice activated camera tracking to preset positions with the specified push to talk table microphones. Controls include volume control for speakers and program audi 1 Express Warranty Workmanship warranty shall be provided in writing as part of proposal. Workmanship shall be guaranteed for one-year from completion of installation acceptance by customer. Customer acceptance should occur after two-weeks of operational use to allow for identification of any discrepancies. The express warranty applies to labor only; equipment warranties provided by the OEM or purchased by the customer apply. TOTAL:
 
Place of Performance
Address: For Delivery To:, ESC/NCSW DAVID PUCCI, 5 Eglin Street Bldg 1624 Second Floor, Hanscom AFB, MA 01731, 781-377-9126 (w), 781-953-9358 (c),
 
Record
SN00951088-W 20051215/051213213221 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.