Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOLICITATION NOTICE

69 -- VTC upgrade

Notice Date
2/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
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
SP4705-07-T-0001A
 
Response Due
3/12/2007
 
Archive Date
3/27/2007
 
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 used Solicitation SP4705-07-T-0001A is a Request for Quote (RFQ) number. The solicitation document and incorporated provisions clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 2005-15); 12 December 2006. This solicitation will be 100% small business set-aside and the associated NAICS code is 443112 size standard is $8M. Defense Energy Support Center has a requirement to purchase equipment for their DESC conference room. The conference room is a Large (30 person capacity-all equipment is programmed through a Crestron Model 600 at podium, existing BARCO projectors are currently suspended from drop ceiling and testing would include assuring that all current displays such as DVD, CATV, PC's (Podium and Workstation PC), Doc camera and 2nd Camera(Sony EDI),etc. that are currently used through the current BARCO projectors would be operational with the new SANYO replacements. Source Code will be provided to selected vendor once awarded. There are only 2 projectors, 2 mounting kits. Installation must be done by a Crestron Certified Engineer, Programming of Crestron Touch Panel and Upgrade of Government provided source code with all updates and provide a copy to the Government upon completion. A security clearance may be required for personnel entering into the facility, the contractors will be notified during the site visit of this requirement. This project will include the installation of commercial-off-the-shelf products. The following items are required: (1) 2 each Sanyo LCD Projector (1400x1050 Resolution, 5800 ANSI Lumens; (2) 2 each Sanyo Short zoom lens (1.8-2.3:1 on XF60/EF60); (3) 2 each Projector Install Kit; (4) 2 ceiling mount for Sanyo PLC-EF60; (5) 2 each Projector Mounting Kit; (6) 2 each replacement lamp for PLC-EF60, plus installation, testing and programming. Award shall be on an 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 12 March 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 Ms. Antoinette Gregg (Antoinette.Gregg@dla.mil) for information regarding the solicitation. To schedule a site visit, please contact Antoinette Gregg @ (703)767-1189 or forward a email message to her. She will setup a specific date and time with the customer. 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, Ste 0119, Fort Belvoir, VA
Zip Code: 22060
Country: UNITED STATES
 
Record
SN01233523-W 20070218/070216220119 (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.