Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
MODIFICATION

59 -- Theater Projection System

Notice Date
8/1/2006
 
Notice Type
Modification
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3736165A100
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
Point of Contact
Cory Beal, Contracting Specialist, Phone 813-828-7492, Fax null,
 
E-Mail Address
cory.beal-02@macdill.af.mil
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2V3736165A100 and is a Request For Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-09. This procurement is set-aside 100% for small business and falls under North American Industry Classification System (NAICS) classification 423430 (size standard 100 employees). The Government intends to issue a Purchase Order for the following: Theater XP57 Projection System (Brand Name or Equal) - 0001 - Sanyo PLC 5500 ANSI lumen XGA projector, Chief Projector Mount, Custom Video/control cable interfacing, Extron Rack Mount, Extron Mini projector interface mount, AMX Netlinx projector control w/ console control panel, and AVI misc materials. 0002 - Labor: Including all on-site installation and wiring, coordination and supervision, testing, checkout, owner training, etc. performed on the owners premises. Also includes all fabrication, modification, assembly, rack wiring, programming, etc., some performed at AV contractor's premises. Includes design drawings, runs sheets, instruction manuals, programming, etc. 0003 - Warranty Info: Basic Warranty includes 90 days parts and labor plus manufacturer's warranties on individual items of equipment. Customer is responsible for performing service required to keep the manufacturer's warranty intact. 1st Year Warranty & Preventative Maint: Full system warranty coverage2nd Year Preventative Maintenance: Does not include warranty for malfunctioning equipment. Delivery and installation shall be performed at the MacDill Base Theater, 8401 Condor Street, MacDill AFB Fl, 33621. The Agreement will start two weeks after award. However, immediate performance of the requirement is acceptable (based on the availability of funds). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov/ or by calling the CCR Registration Centers at 1-888-227-2423. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at Http://farsite.hill.af.mil/. The following provisions apply to this acquisitions FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation- Commercial Items, Offeror Representation and Certifications Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Apr 2001 or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-41 Service Contract Act of 1965 (As Amended), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.232-36 Payment by Third Party, FAR 52.233-3 Protest After Award, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.246-1 Contractor Inspection Requirements, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this acquisition, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.243-7001 Pricing of Contract Modifications,. DEADLINE: All resumes’ and bid/quotes will be accepted at the 6 Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB Fl 33621, Attn A1C Cory T Beal, or by email cory.beal@macdill.af.mil NO LATER THAN 07 August, 2006, 1400 (2:00 pm) EST. STATEMENT OF WORK 1. Project Scope: To install a fully functional, permanent projection system in existing base theater. 2. Purpose of Project: PBD 720 will eliminate all presentations personnel from MacDill AFB. There will no longer be a team to provide presentation set-ups at the Base Theater. A fixed projection system will expedite presentation capabilities for the average customer with minimal training. 3. General Requirements: The contractor shall provide all labor, equipment, product, materials, supervision, travel expenses, and services necessary to propose and install a high quality projection system into existing MacDill Base Theater. *Note: All contractors must conduct a site visit due to the age, size and complexity of the room and ceiling. 4. Specific Requirements: a. Display System: Install a 5500 lumens projector to rest upon the roof of the theater’s auditorium entry to project on the existing screen. Extra stabilization may be required to ensure secure support to the projector and ensure safety to customers. The projector will be locked in place to prevent theft. b. Audio System: The contractor shall not alter the existing audio functionality. Audio sources will link directly into the existing audio rack. c. Control System: A control panel will be installed into the existing vacant audio rack spaces on backstage right. The control panel will power projector and select source input(video/composite). The control system will need to be connected into a separate power supply from the audio rack power supply to allow operation without assistance from 6th Communications Sq, Ground Radio personnel, to unlock the audio system. d. Lighting Control: The scope of the audiovisual system will not include control of room lighting. e. Facility Concerns: The theater is old and may require unknown specifications; therefore a site survey will be required by the contractor before a proposal can be submitted to ensure accuracy of the proposal. f. Cabling/Termination: All control, video, and composite cabling will run from the projector into the ceiling and across the ceiling to the backstage right control panel. Any visible cabling will be run through conduit. For audio/video source connection to the control unit, a wall plate shall be installed directly below center stage on the front skirt. The customer will be able to connect into the wall plate with all video/audio components. From the wall plate, cabling will be run under the stage to the control panel or audio rack as needed. Three XLR inputs will be needed in the wall plate along with a video input and composite input. g. Onsite Integration: The contractor must ensure proper equipment function and connection capabilities via test for proper signal flow and custom control by the user. Upon completion of the entire system with final tests and adjustments for optimum equipment performance, the contractor shall provide training and documentation to primary operators and maintainers for daily use. Training will include instruction and hands-on experience with the system. Documentation will include as-built diagrams, specifications, designs, and manufacturers equipment manuals that will be assembled and delivered on the day of training. h. Warranty and Preventative Maintenance: Basic warranty covering parts and labor plus manufacturer’s warranties on individual items of equipment. An additional 1st and 2nd year warranty & preventative maintenance will be included. Preventative maintenance plan will include the following: - Clean and inspect all surfaces, electrical and signal connections - Clean, inspect and lubricate (as required) all VCRs, audio cassette player/recorders, dubbing machines, DVD players, CD players, DAT players, and cameras - Clean, inspect, lubricate, and perform any optical, mechanical and electrical alignments/adjustments required to optimize quality from projection system. Complete a Projector Status Card the projector. - Perform complete system checkout. Test every user function available to customer under remote or direct control. Select and re-select projector sources testing multiple resolutions with each source (as applicable) - Perform a system walk-thru with client representative. Demonstrate system cleanliness and performance - Provide one additional training session for the year - Provide unlimited emergency visit at no charge - Provide unlimited telephone support - Provide two preventative maintenance inspection per year i. Security Requirements: The contractor shall be responsible for obtaining a base entry pass in accordance with base entry requirements. This pass shall be used only to gain entry to the base to perform services as needed to fulfill contractual requirements. This pass shall not be used to gain entry to any other area on base. Instruction will be given on how to obtain a pass within the contract award. 5. Point of contact for this project is A1C Cory T Beal, (813) 828-7492, or by e-mail @ cory.beal-02@macdill.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/6CS/F2V3736165A100/listing.html)
 
Place of Performance
Address: 2606 Brown Pelican Ave. MacDill AFB, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01103808-F 20060803/060801223409 (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.