Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2006 FBO #1529
SOLICITATION NOTICE

70 -- Video Conferencing Equipment

Notice Date
1/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816
 
ZIP Code
35816
 
Solicitation Number
4THO17067022
 
Response Due
2/9/2006
 
Archive Date
2/24/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12, in conjunction with FAR 13.5, and 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 4THO17067022 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-04. A. Scope of Contract: The purpose of this Request for Proposal is to acquire hardware and installation services. The offeror must delivery and/or perform the following: Brand Name or Equal: NEC PX-42XM3A 42? Plasma XGA (Quarter Deck) Qty 2; NEC PX-42SP1U Speakers (Quarter Deck) Qty 2; Chief PLP-2042 Wall Mount (Quarter Deck) Qty 2; Extended Warranty (3 years) (Quarter Deck) Qty 2; Technical Installation services (Quarter Deck) Qty 1 Lot. All cables and connectors shall be provided for equipment installed for Quarter Deck. Samsung Syncmaster 320P 32? LCD Monitor (Dept Head Ofc) Qty 1; Samsung SP-L320PB Speakers (Dept Head Ofc) Qty 1; Samsung WMTL400ID Mount (Dept Head Ofc) Qty 1; Technical Installation Services (Dept Head Ofc) Qty 1 Lot. All cables and connectors shall be provided for equipment installed for Dept Head Office. NEC PX-50XM4A 50? Plasma Monitor XGA 16.9 (Gally) Qty 5; NEC/TWG INSTACARE 3 Year Extended Warranty for PX-50XM4A (Gally) Qty 5; Chief PCM-2042 Ceiling Mount (Gally) Qty 5; NEC MT-1065G Projector XGA/3200 (Gally) Qty 2; NEC/TWG INSTACARE 3 Year Extended Warranty for MY-1065G (Gally) Qty 2; Chief RPAU Mount (Gally) Qty 2; Peerless CMJ455 Ceiling Kits (Gally) Qty 2; Da-lite Elect Screen 120 Diag # 74677 (Gally) Qty 2; Sony RDR-VX500 DVD/VCR Play/Rec (Gally) Qty 1; Polycom VSX7000 P/T/Z Camera, Codec, Cables, Software (Gally) Qty 1; H239 PC Input Capabilities (Gally) Qty 1; VSX Multipoint Hosting Software Qty 1; 3 Year Maintenance for PolyCom (Gally) Qty 1; Shelf for Wall Mounting for PolyCom (Gally) Qty 1; Crown 28M Mixer (Gally) Qty 1; Crown CTS 8200 AMP (Gally) Qty 1; Atlas FAP-42T 4? Ceiling Speakers (Gally) Qty 14; Crown PZM-10 Ceiling MC (Gally) Qty 1; Shure ULXS124-85 LAV/Handheld Mic System (Gally) Qty 1; AVT-100N Tuners (Gally) Qty 5; RGB-109XI VGA Interface (Gally) Qty 2; MKP 3000 Controller W/LCD Display (Gally) Qty 1; DVS-304 Scallers (Gally) Qty 7; Podium PD3003 W/Wheels (Gally) Qty 1; Middle Atlantic WRK-37SA-37 70? Rack 37 Space (Gally) Qty 1; Middile Atlantic PFD-37 Plexi Front Door (Gally) Qty 1; Middle Atlantic PD815R-PL Power Dist (Gally) Qty 1; Middle Atlantic Rack Kit for DVD/VCR (Gally) Qty 1; Technical Installation Services (Gally) Qty 1 Lot; System Technical Support Line (Gally) Qty 1 Lot. All cables and connectors shall be provided for equipment installed for Gally. PolyCom VSX8400 P/T/Z Camera, Codec, Software (Conference Room) Qty 1; VSX Multipoint Hosting Software for VSX8000 Codec, up to 6 sites total (Conference Room) Qty 1; PolyCom Quad BRI Module for VSX 8000 Codec (Conference Room) Qty 1; 3 Year maintenance for Polycom VSX 8400 (Conference Room) Delivery Terms for this requirement is FOB Destination, therefore Quote shall include all shipping/freight charges B. Delivery Requirements: 30 Days ARO Instructions to Offerors-Commercial (JAN 2005) The offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. 52.212-2 Evaluation-Commercial Items As prescribed in 12.301 (c), the Contracting Officer may insert a provision substantially as follows: EVALUATION?COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a 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. C. Teaming/Subcontracting Relationships. If an Offeror?s quote includes Teaming Partners or Subcontractors, then the Offeror is required to supply to the Government, along with its quote, a copy of the Teaming Arrangement or other document that identifies which partner/subcontractor shall be responsible for performing which requirements. The following factors shall be used to evaluate offers: 1. Past Performance and Experience. The Government will evaluate offeror?s past performance and experience to determine whether the vendor consistently delivers quality products and services in a timely manner. This factor will be evaluated on the basis of relevant past performance and experience for each offeror. Each quote is required to describe a minimum of three but not more than five prior relevant projects that the offeror has completed or are ongoing which are similar in scope and size to this requirement. Include points of contact and their phone numbers, and titles, size of procurement in dollar value and e-mail addresses if possible. Each reference shall include a contracting and technical point of contact. If the offeror?s quote includes teaming partners or subcontractors, then the information above required of the offeror on three to five relevant projects shall be similarly required of each teaming partner/subcontractor. If the offeror?s quote includes teaming partners or subcontractors, then the Government shall evaluate each partner?s/subcontractor?s individual past performance and experience and average the evaluations together for an overall Team past performance and experience evaluation. In evaluating a teaming partner?s or subcontractor?s past performance in a particular type of work, the Government may consider whether the teaming partner whose past performance or experience is touted will be performing that work, as evidenced by the terms of the quote and the Teaming Arrangement or other document provided per paragraph C above. The information presented in the vendor?s quote, together with information from any other sources available to the Government (i.e., Government-controlled Contractor performance databases, Inspector General reports, General Accounting Office reports, newspaper articles, references including contractual and end-user representatives, etc.) will provide the input for evaluation of this factor. The past performance and experience information should include the vendor?s record of providing high quality services in a timely manner, standards of good workmanship, adhering to contract schedules, administrative aspects of contract performance, overall quality of assigned personnel, availability, stability, reasonable and cooperative behavior, commitment to and business-like concern for the interests of the customer, quality of overall program management approach, record of awards or performance recognition earned, and overall client satisfaction. Past performance and experience that is relevant to this requirement will be of more value than non-relevant past performance and experience. Offerors will be evaluated on examples of past performance and experience wherein the experience of the vendor has contributed to the success of similar contracts/task orders. Offerors will be evaluated on examples of past performance and experience wherein the infrastructure and resources of the vendor contributed to the success of similar contracts/task orders. A lack of relevant past performance and experience data will be treated by the Government as a neutral evaluation. Past performance and experience will be evaluated to determine contractor?s suitability for meeting the objectives of the requirement. 2. The Offer?s price quote will be evaluated for reasonableness. This is a best value procurement. Past performance and experience is more important than price. 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 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 are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications?Commercial Items As prescribed in 12.301(b) (2), insert the following provision: OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS (MAR 2005) Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. All participating vendors MUST be registered in GSA's Online Procurement system, ITSS. The URL is https://it-solutions.gsa.gov, and the registration helpdesk number is (877) 243-2889 Option1. Failure to register in ITSS will result in your company not being solicited. Quotes/Proposals for this requirement are due NLT 5PM CST February 9, 2006. If you have any questions please contact Ms. Kristen Eaves at kristen.eaves@gsa.gov
 
Place of Performance
Address: Naval Hospital, Jacksonville, FL
Zip Code: 32214
Country: USA
 
Record
SN00977040-W 20060202/060131213510 (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  © 1994-2020, Loren Data Corp.