Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
MODIFICATION

58 -- 58- AUDIO-VISUAL, COMMUNICATIONS PROJECT FOR THE EMERGENCY OPERATION CENTER (ECO)

Notice Date
9/6/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-06-T-0858
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Point of Contact
Linda Small, Contract Specialist, Phone 252-466-3417, Fax 252-466-8492,
 
E-Mail Address
linda.s.small@usmc.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 FAR 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. Solicitation number M00146-06-T-0858 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11 and Defense Acquisition Circular 98-78. This procurement is a 100% small business set-aside under the North American Industry Classification System code 334310, with a small business size standard of 750 employees. The Marine Corps Air Station, Cherry Point, NC has a requirement for a contractor to furnish and install communications, audio/visual and computer equipment in the Emergency Operation Center (EOC) located in Building 91. Attendance at the site visit, to be conducted at the date and time below, is mandatory in order to be considered for award. This requirement is for a firm fixed priced contract, for the following items: Item 0001, Equipment- Offers shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination, Cherry Point, NC) Item 0002, Installation of equipment. Note: Desired schedule for delivery and installation to be determined at Site Visit. The Scope of Work for this requirement is as follows: MCAS Cherry Point's installation project for the EOC will connect through a vendor provided Audiovisual (AV) system to allow inputs from: 18 GFE/NMCI laptop computers in the front of building; a secure Tandberg 6000 VTC with a minimum of two cameras; cable television; 12 GFE/NMCI laptop computers in the back of building (to be added at a later time); Tandberg portable VTC system road traveler with video and computer network feeds (to be added at a later time). The AV system shall have the capability to add at least 10 additional inputs. The vendor provided AV system will feed the signals of the input equipment to one and/or all of 4 plasma screens (vendor supplied) and 4 LCD projectors (vendor supplied) with quad-view capabilities, allowing each project to display four inputs on the screen for a total of sixteen displays on four screens. The system shall also have audio signal outputs from each of the input devices to ceiling installed speakers. The control of this system shall be accomplished through one control unit for the front and one control unit for the back at a later time. The unit can be wireless or hard wired to the control box. The Contractor shall provide: (1) each, secure Tandberg 6000 VTC with a minimum of two cameras, a 3 tier raised floor with 6 inch risers for the conference tables where the front 18 laptops are located. (4 ) each, 50 inch professional grade Plasma displays (minimum), (4) each LCD projectors with quad-view capabilities,(2) each, VCR/DVD players/recorders and secure mounting brackets for all wall/ceiling installed equipment and (5) each Smart Technology cabilities. The contractor shall provide rack for equipment, power strips (as required), equipment to feed all above input devices to all above display devices, single control panel to operate entire system, video wiring from all input devices through control system to all display devices, audio wiring from all input devices to vendor provider/installed ceiling speakers, any required audio/visual equipment to ensure all signals get from audio/video source to audio/video display. The contractor shall install all required wiring, vendor provided equipment, MCAS provided equipment not listed as installed by MCAS above, required connectors, control pad, ceiling mounted speakers and equipment rack. The vendor shall turn on system, program the control of the equipment, instruct full operational systems to MCAS, and provide the equipment/system manuals. The government will provide adequate space for equipment and wiring, with adequate lighting and power source, and laptops and cable television service. This system once installed, will allow the users of the EOC to display any input device to any display device. This will be able to display 30 input devices to 30 display devices (6 plasmas, 6 projectors with quad-view (24 outputs)) or display 1 input device to multiple display devices. The user should be able to hear the video from any input device, but never more than one input device at a time. The control of the input to output devices should be accomplished through one control unit, either wireless or hard-wired. A mandatory site visit will be conducted on Monday, September 11, 2006 at 01:00 P.M.( EDT) Contractors interested in attending must provide the following information to the Contract Specialist no later then 12:00 P.M (EDT) on Thursday, September 7, 2006: - Company Name - Employee Name - Employee Social Security Number - Employee Date of Birth - Employee state and County of Birth Quotes must contain unit prices, extended prices, delivery date, terms of payment, company name, address, name of individual quoting, phone and fax numbers. The delivery requirements are FOB destination to Emergency Operation Center, Building 91, Cherry Point, NC 28533. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (JAN 2006). FAR 52.212-1 Addendum. The following additions/changes are made to FAR Provisions which is incorporated by reference: The following provision is hereby incorporated by reference: 52.211-14 Notice of Priority Rating for National Defense Use (Sept 1990) 52.237-1 Site Visit (April 1984) FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting form this solicitation to the responsible offeror whose quote, 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: Price, Technical capability to meet required specifications, Past Performance FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (SEPT 2005). FAR 52.212-4 Addendum. The following additions/changes are made to FAR Clause 52.212-4 which is incorporated by reference: The following clauses are hereby incorporated by reference: 52.211-15 Defense Priority and Allocation Requirement (Sep 1990) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FEB 2006), to include the following clauses listed at paragraph 52.212-5 (b): (1) (5) (7) (9) (14) (15) (16) (17) (18) (19) (20) (21) (26) and (31). DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items. A completed copy of this provision shall be submitted with the offer. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006), applies with the following clauses applicable for paragraphs (a) and (b); FAR 52.203-3 Gratuities (APR 1984) (5) 252.225-7012 Preference for Certain Domestic Commodities ( Jun 2004) (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) and (20)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002). This requirement will be awarded using the procedures at FAR 13.5. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-A70. All quotes must be received no later than 3:00 p.m., local time, September 18, 2006. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: Linda Small code SUL2E Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. See Number Note 1. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-SEP-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/DON/USMC/M00146/M00146-06-T-0858/listing.html)
 
Record
SN01135969-F 20060908/060906232918 (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.