Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

58 -- Televisions

Notice Date
9/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
640500000949RQ
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined solicitation synopsis. No other solicitation is available. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set-aside. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement to procure the following: Television Specifications (Qty 95 each) * 20" LCD Television display * Flat panel with built-in 181 channels NTSC turner that is cable ready * Must have 16:9 aspect ratio * Accepts composite video * S-video and or VGA computer inputs * High brightness display with wide angle view * Must have built-in left or right side mounted slot-loading DVD player * Must provide wall mount swivel bracket Performance requirements: * 20" diagonal color * Resolution: minimum 1280 x 768 * Brightness: minimum 600 cd/m2 * Video input: 1.0V p0p, 75 ohms Acceptable Products: * LG Electronics * Samsung * Sony * Philips * Or Approved Equals NBPO, ATF New Headquarters TV Procurement: Delivery & Installation Schedule Televisions will be delivered, after occupancy, in three phases as shown below. Actual delivery dates are subject to change and will be confirmed upon contract awarded. Room locations are identified as Room Number (signage)/Construction Number. All equipment must be tagged for installation with both room numbers as shown below. Delivery/ Installation #1 (Phase 1 Move) Total Quantity: 6 Locations as follows: 1.S.105/ A.151 (A 152) 1.S.107/ A.153 1.S.105/ A.151 (A158A) 1.S.131/ A.157 7.E.326/ B.734 (B716) 7.E.317/ B.714 Delivery/ Installation #2 (Phase 4 Move) Total Quantity: 34 Locations as follows: 3.E.333/ B.314 5.S.135/ A.557 5.N.623/ C.519 3.E.461/ B.329 5.S.131/ A.558 5.N.621/ C.520 5.S.169/ A.540 5.E.335/ B.521 5.N.605/ C.521 5.S.175/ A.538 5.E.339/ B.523 5.N.603/ C.522 5.S.165/ A.542 5.E.465/ B.528 5.N.533/ C.535 5.S.167/ A.541 5.E.467/ B.529 5.N.531/ C.536 5.S.171/ A.539 5.E.449/ B.531 5.N.523/ C.538 5.S.175/ A.537 5.E.447/ B.532 5.N.521/ C.539 5.S.179/ A.532 5.E.407/ B.536 5.N.513/ C.541 5.S.181/ A.531 5.N.629/ C.516 5.N.511/ C.542 5.N.543/ A.532 5.N.627/ C.517 5.N.541/ A.533 5.N.625/ C.518 Delivery/ Installation #3 (Phase 6 Move) Total Quantity: 55 Locations as follows: 1.S.163/ A.142 2.N.576/ C.224 5.S.163/ A.543 6.N.618/ C.625 5.E.453/ B.524 1.E.309/ B.112 3.S.127/ A.338 5.S.151/ A.544 6.N.520/ C.643 5.E.443/ B.538 1.E.415/ B.113 3.E.323/ B.313 5.E.319/ B.514 7.S.241/ A.724 2.S.283/ A.244 1.E.375/ B.123 3.E.413/ B.319 5.E.321/ B.516 7.E.431/ B.728 2.S.127/ A.233 3.E.462/ B.330 5.E.455/ B.526 7.E.443/ B.730 2.S.281/ A.243 4.S.135/ A.438 6.S.126/ A.650 8.E.441/ B.827 2.S.287/ A.246 4.E.309/ B.409 6.E.363/ B.624 8.S.299/ A.821 2.E.319/ B.212 4.E.323/ B.416 3.E.367/ B.625 8.E.433/ B.828 2.E.403/ B.215 4.E.359/ B.431 6.E.445/ B.626 8.S.165/ A.848 2.E.361/ B.223 4.E.449/ B.432 6.E.441/ B.627 8.S.163/ A.845 2.N.602/ C.218 4.N.616/ C.417 6.E.413/ B.636 4.N.624/ C.420 2.N.584/ C.219 4.N.620/ C.418 6.E.409/ B.637 5.S.195/ A.517 2.N.606/ C.223 4.N.670/ C.435 6.N.604/ C.616 5.S.165/ A.542. This is a Firm Fixed-Price contract. The following provisions are applicable to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations; (Vendor must furnish Offeror Representations in writing); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.217-9 Option to Extend the Terms of the Contract: FAR 52-212-5 and Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; FAR 52.208-4. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. This award will be made utilizing the Simplified Acquisition Procedures under FAR Part 13. Award will be made to the responsive, responsible vendor meeting all the requirements listed above at the lowest price on an All or None Basis. Submit quotes to ATF 650 Massachusetts Avenue NW, Attn: Brian Wilkins Room 3290, Washington, DC, 20226, no later than September 19, 2006, 3.00pm EST. Alternatively, vendors may fax quotes or email quotes and questions concerning this procurement to Brian Wilkins, 202/927-7311 fax, or email to brian.wilkins@atf.gov.
 
Place of Performance
Address: Washington, DC
Zip Code: 20226
Country: UNITED STATES
 
Record
SN01140639-W 20060914/060912220327 (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.