Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

58 -- AV/VTC Equipment and Components for 1st Space Brigade

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-06-T-0011
 
Response Due
5/24/2006
 
Archive Date
7/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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. This solicitation is issued as Request for Quote (RFQ) Number W91260-06-T-0010 is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. Standard Industrial Classification number is 3363. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: Audio Visual and Video Telecommunications Conference (VTC) equipment/components for SMDC 1st Space Brigade. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/ component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0044. Offerors shall structure their proposal to include a price for: CLIN 0001- 46 inch Monitor. Mitsubishi P/N MDT461S. Quantity (Qty): 2 EA CLIN 0002- Premier Mount for Mitsubishi 46 inch LCD Monitor. Premier P/N CTM-MS2. Qty: 2 EA CLIN 0003- Sony DVD/VCR Combination Unit. Part number RDR-VX515. Qty: 1 EA CLIN 0004- Extron MAV Matrix Mixer with Audio. P/N 60-658FX. Qty: 1 EA CLIN 0005- Extron VGA Distribution Amplifier. P/N DA4RGBHV. Qty: 1 EA CLIN 0006- Polycom Second Microphone Kit. P/N 2200-08681-001. Qty: 2 EA CLIN 0007- Polycom CODEC with PTZ Camera, Mic VSX7000e IP. P/N 7200-22540-001. Qty: 1 EA CLIN 0008- Polycom People Plus Content, includes Image Share 1. P/N POL-22785-001. Qty: 1 EA CLIN 0009- Polycom V.35 Module for 7000e (RS-530, RS-366). P/N 2215-21360-001. Qty: 1 EA CLIN 0010- Polycom RS-530, RS-366 Y Cable. P/N 2457-21263-001. Qty: 1 EA CLIN 0011- Extron Rack Mount RSU-129. P/N 60-190-01. Qty: 1 EA CLIN 0012- Black Box KVM Switch, 4 Port. P/N SW722A-R2. Qty: 1 EA CLIN 0013- Tannoy Speakers with 30W Transformer 70V. P/N CMS60 ICT-30. Qty: 6 EA CLIN 0014- Go Electronics Powercam Wall Mount. P/N WM-30. Qty: 1 EA CLIN 0015- Furman Power Conditioner. P/N PL-PLUS. Qty: 2 EA CLIN 0016- QSC 70V, 200W Amplifier. P/N CX302V. Qty: 1 EA CLIN 0017- Crestron Touch Panel Interface. P/N TPMC-CH-IMC. Qty: 1 EA CLIN 0018- Crestron Emmitor. P/N IR-P2. Qty: 1 EA CLIN 0019- Middle Atlantic Three Space Drawer. P/N D3. Qty: 1 EA CLIN 0020- Sound Craft 3 Bay Custom Credenza. P/N CRDZ-3BV. Qty: 1 EA CLIN 0021- Sound Craft Rack Mounts for Bays. P/N RM13-13. Qty: 2 EA CLIN 0022- Sound Craft Cooling Fans for Bays. P/N CF. Qty: 2 EA CLIN 0023- Sound Craft Adjustable Shelf. P/N SHLF. Qty: 1 EA CLIN 0024- Sound Craft Power Strip for Bays. P/N PS8-8. Qty: 2 EA CLIN 0025- IO Gear USB Extender Transmitter/Receiver Pair. P/N GUCE50. Qty: 4 EA CLIN 0026- Black Box KVM 5 ft Cable with Audio. P/N EHN382A-005. Qty: 2 EA CLIN 0027- Black Box KVM USB Server Cable. P/N EHN810-0008. Qty: 1 EA CLIN 0028- Crestron Remote Control System. P/N CP2. Qty: 1 EA CLIN 0029- Crestron Power Supply for Crestron System. P/N C2N-SPWS300. Qty: 1 EA CLIN 0030- Crestron Power Controller. P/N ST-PC. Qty: 1 EA CLIN 0031- Crestron Slimline 12 inch Touch Panel. P/N TPS-12B. Qty: 1 EA CLIN 0032- Dalite Low Voltage Controller for Existing Screen. P/N 40973. Qty: 1 EA CLIN 0033- Epson 835P Data Projector 3000 Lumin, with LAN. P/N V11H145020. Qty: 1 EA CLIN 0034- Premier Mount for Epson Projector. P/N PBM-688L. Qty: 1 EA CLIN 0040- Premier C eiling Mount for PBM-688L. P/N PP-FCTA. Qty: 1 EA CLIN 0041- Adtran ISU-512 (ST Interface) Domestic. P/N 1202086L3. Qty: 1 EA CLIN 0042- Crestron Volume Control Module. P/N C2N-VEQ4. Qty: 1 EA CLIN 0043- AVS Dial Isolation Module, RS-366 Optical Isolation and Secure/Unsecure Switch. P/N AVSIM-530. Qty: 1 EA CLIN 0044- Middle Atlantic 4 Pack Shelf. P/N U2PACK. Qty: 1 EA Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or serv ices not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the o fferor's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) busi ness days after receipt of Purchase Order, which presumes contract award no later than 1 June 2006. Delivery/Acceptance point is HQ US Army Space and Command, SMDC-LG-O-W, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are betwee n the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees t o hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 3:00 PM, Mountain Time, 24 Ma y 2006. Award is anticipated no later than 1 June 2006. Payment of invoice(s) shall be by Government credit card under the Order contemplated. The successful offeror shall be responsible for any and all bank fees incurred in connection with accepting paym ent of invoice(s) by Government credit card. Therefore, offerors are responsible for ensuring payment of invoice(s) by Government credit card is included as a factor in the basis of their quote or proposal. All such responses will be evaluated IAW FAR 52. 212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) System Design/Configuration Technical/Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Schedule - ability to meet or exceed required delivery date for all items described in CLINs 0001 - 0044 above; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products a nd technical support in a timely manner and (4) Total Proposed Price, inclusive of warranty price and accepting payment of invoice by Government credit card - most advantageous price considering all other factors. Evaluation Criteria is listed in descendin g order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal informatio n (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the sched ule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provid e d in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth there in for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Co nditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.22 5-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technic al Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space and Missile Defense Command, ATTN: SMDC-RD-CM-W, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All R FP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date/time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 3:00 PM (Mountain Time) 24 May 2006. The point of contact for all information regarding this acquisition is George Know lton at (719) 554-1967, fax (719) 554-8405 or at e-mail george.knowlton@smdc-cs.army.mil.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN01048342-W 20060517/060515220753 (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.