Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
MODIFICATION

59 -- Purchase and installation of audio visual equipment

Notice Date
2/15/2007
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA HQ Enterprise Support, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DD07003016
 
Response Due
2/15/2007
 
Archive Date
3/2/2007
 
Point of Contact
Kino Keo, Contract Specialist, Phone 703-767-1252, Fax 703-767-1198, - Kino Keo, Contract Specialist, Phone 703-767-1252, Fax 703-767-1198,
 
E-Mail Address
Kino.Keo@dla.mil, Kino.Keo@dla.mil
 
Description
****************** This combined synopsis/solicitation is hereby amended with the following questions and answers. The solicitation will be extended until 12:00 P.M Eastern Standard Time, February 16, 2007. In addition, no further questions will be accepted at this time, February, 02-15-07. Furthermore, specification sheets for the credenza as well as the table box drawing will be made available upon request by interested vendors. Please contact Mr. Kino Keo, at Kino.Keo@dla.mil for this additional information. Please also see amendment that was posted on February 09, 2007 for additional information, concerning this solicitation. The following are the questions that have been asked by vendors and Government answers to these questions, concerning AV-Equipment for the Director?s conference room. ******** Questions****** (1) Is it possible to sub Chief Projector and LCD mounts for the ones listed. (2) What brand of White board are you looking for? (3) Is it possible to use Middle Atlantic Rack Equipment.******** Answers***** (1) It is not possible to sub Chief Projector, but as for the LCD mounts, vendor can substitute them. However, all of the equipment must be the same to insure proper interface and operation of equipment, so they will meet quality control. (2)The White board brand is an SMART Board 680. (3) The rack equipment must be able to be installed inside the credenza as specified. ***** Question*****On solicitation Reference-Number-DD07003016 are substitutes allowed. We have done hundreds of similar installations around the Army and a few at Fort Belvior with Crestron Systems that are similar to the AMX system but we feel are better supported and more reliable. Can we provide the same functionality with Crestron.******Answers**** (1) We use AMX in all of our conference rooms it is important to keep the equipment uniformed that is why we asked for AMX not Crestron!! ******Questions****** (1) I forgot to confirm the Control JBL speakers. The Control speakers come in different levels for example Control CT 25 or Control CT 36. I will need to know the number they are looking for with the JBL speakers in order to quote an accurate amount. (2) Finally, can you please confirm the documents needed in the solicitation, I want to make sure we are sending the appropriate documents. ******Answers**** (1) As for the JBL speakers the contractor will have to make the decision on which one will be the best for the room I did not specify the CT 25 or the CT 36 as long as it is JBL. (2) The information that the Government needs is the cost for each equipment, labor to install the equipment and the total costs in order to complete the installation. In addition, DLA needs your company contact number and cage code on your quote. Furthermore, The contractor shall furnish all labor and material for the purchase of equipment and the labor associated with the installation of Audio Visual System in the new conference room located in the Director?s suite. The following items/equipment is required. Please see solicitation on Fedbizopps, Reference-Number-DD07003016 for complete detail on items/equipment that is required. (1) PERIOD OF PERFORMANCE, Contractor personnel will work consecutive days until all work is completed. The contractor will report to the DES-BX COR (Mr. Vincent D. Mundo) in Room 2422. Scheduling of work will be when construction of room will allow the installation of all AV equipment. 2.1.0 ACCEPTANCE CRITERIA, 2.1.1 Contractor shall perform all the duties as specified in this SOW. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. Please see solicitation on Fedbizopps, Reference-Number-DD07003016 for complete detail on clauses and provisions that are required.*****Questions*****(1)Also there is quite a price difference between the different models of JBL Control Series Speakers; for sake of fair quotations do you want to specify which ones you want? (2) Lastly the SMC16NX is no longer a valid part number which SMC 16 port product would you like for us to substitute?*********Answers*********** (1) It doesn?t matter which JBL that vendors quote, as long as they meet the room size and quality. (2) As for the SMC 16NX the substitute will be ok as long as the piece of equipment will do the same job.********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 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 2005-15); 12 December 2006. This NAICS code is 519190 size standard is $6.5M. Defense Logistics Agency has a requirement to purchase equipment for their DES-BX?s conference room. The contractor shall furnish all labor and material for the purchase of equipment and the labor associated with the installation of Audio Visual System in the new conference room located in the Direcetor?s suite. The following items are required: (1) 1.1.0Item:Video, 1 ea HITACHI CP-X445 3200 ANSI Lumens XGA Resolution, 1 ea EVRON EV-PROJ-KIT Projection Install Kit, 1 ea EXTRON 60-683-01 Media Presentation Matrix Switcher with Amplifier Stereo Amplifier,1 ea JVC HRXVC39S DVD VCR Combo with Tuner, 1 ea ELECTROGRAPH DTS42LTD 42" LCD Monitor HDTV Capable, 1 ea EV-PROJ-KIT LCD. (2) Install Kit, 2 ea JBL CONTROL SERIES JBL Control Speakers, 2 ea JBL CONTROL SERIES JBL Control Speakers Mounts. (3) Video Conferencing, No items included, Screens, 1 ea Interactive Whiteboard 77" Diagonal. (4) Control Systems, 1 ea AMX EXP-8430 AMX EXPerience Kit Hardware included: MVP-8400 NI-3000, NXA-WAP200G MVP-KS PSN4.4 CC-NET CC-SER CC-USB, Software CD with AMX Design tools including: Design XPress &Design XPress - Home Theater Design XPress Professional PanelBuilder PanelPreview, 1 ea AMX AC-RK Accessory Rack Kit (3 unit capacity, single rack unit height), 1 ea AMX AXB-VOL3 3-Channel Volume Controller (line-level audio), 1 ea AMX VSS2 Video Sync Sensor (2 I/O channels), 1 ea SMC SMC16NX 16 Port Switch. (5) Rack Equipment, 1 ea RAXXESS ROTR-4-xx ROTATING RACK-8-24 SPACES-4 SLIDERS-12 RU, 1 ea SURGEX SX1115 RT Rack Mounted Surge Suppression, 1RU, 9 Outlet, 15 A, w/Remote, 1 ea EV-RKIK-12 Rack installation kit including blanks, mounting brackets, equipment shelves, misc hardware, panel. (6) Lighting, No items included. (7) Furnishings, No items included. (8) Plates & Panels, 1 ea GFE Computer Interface Plate (customer provided) No items included. (9) Other Items, 1 ea RISE 6Z-WC 6 zone LED clock Rise World Clock: Red 2.5" LED - 6 time zones. (10) Cables & Hardware, 1 ea Cables & Hardware Cabling and Miscellaneous. (11) Integration Services, 1 ea Engineering, Programming, Drawings, Installation, Documentation, Project Management, Testing & Training. 2.0.0 PERIOD OF PERFORMANCE, Contractor personnel will work consecutive days until all work is completed. The contractor will report to the DES-BX COR (Mr. Vincent D. Mundo) in Room 2422. Scheduling of work will be when construction of room will allow the installation of all AV equipment. 2.1.0 ACCEPTANCE CRITERIA, 2.1.1 Contractor shall perform all the duties as specified in this SOW. Award shall be made on all or none basis. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications---Commercial Items, with its offer. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-7 Central Contractor Registration (Jul 2006). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003). The following DFARS clauses are hereby incorporate into this solicitation: DFARS 252.204-7004, Alternate A (Apr 2003). The Defense Priorities and Allocations System rating is A70. Quotes are due 15 February 2007, 2:00 p.m Eastern Daylight Time, Andrew T. McNamara Headquarters Complex, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Please contact Mr. Kino Keo (Kino.Keo@dla.mil) for information regarding the solicitation. Award will be made to the offeror that can demonstrate their availability to provide product and service within the timeframe established in this solicitation.
 
Place of Performance
Address: Defense Logistics Agency, 8725 John J. Kingman Road, Ft. Belvoir, VA
Zip Code: 22060-6220
Country: UNITED STATES
 
Record
SN01232568-W 20070217/070215220106 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.