Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

70 -- VIDEO TELECONFERENCING SYSTEM

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC JACKSONVILLE DET GULFPORT, 2401 UPPER NIXON ROAD, GULFPORT, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-Q-U506
 
Response Due
4/2/2007
 
Archive Date
4/17/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N68836-06-Q-U506. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005?15 and Class Deviation 2005-o0001. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334310 and the Small Business Standard is 750 employees. This is a competitive, unrestricted action. The FISC Jacksonville DET Gulfport requests responses from qualified sources capable of providing a video teleconferencing system designed for medium to small meeting rooms (two rooms: one Classroom and a VTC Conference Room). System must have the capability to join up to four video sites and three audio sites; have the ability to present live presentations through one-step PC plug-in or LAN connection; be able to view presentations and present simultaneously with either a single or dual monitor setup. The VTC systems shall include a 50 inch plasma display on mobile cart and a CPU with 24 inch flat screen. Maximum dimensions 48 inches H, 25 inches W, 36 inches D. Minimum dimensions 36 inches H, 25 inches W, 24 inches D. Electrical voltage requirements: 220V 50 Hz AC single phase. Mounting requirements: The AV components must be contained and secured in a multi media lectern. The multi media lectern shall be configured with a keyboard drawer; locking door; minimum one year warranty; factory equipped with 19 inches rack rails to secure AV components and CPU; must have six outlet A/C power strip; the front must be removable for easy equipment wiring access; must have heavy duty casters and be constructed using screws (not nails) and hand finished hardwood veneer plywood (no particle board). Color: Cherry. The plasma display must be mounted on a mobile cart along with the VTC camera. Other unique requirements: The system must be a plug and play type system with the major AV components mounted and secured within the lectern. The system shall be configured using a plasma display on a mobile cart which can be easily plugged into the AV components. The system must be designed without the need of facility modifications, additional internal wiring or onsite preparation/preconstruction. System must meet Bahrain electrical power requirements and have the ability to plug into the United Kingdom style electrical outlet. No installation nor training required. The shipping terms will be F.O.B. Destination, Gulfport MS 39501-5001 with inspection and acceptance at destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? (b)(16) 52.222-21, (b)(17) 52.222-26, (b)(18) 52.222-35, (b)(20) 52.222-37, (b)(23) 52.225-1, (b)(26) 52.225-13, (b)(31) 52.232-33. Quoters shall include a completed copy of 52.212-3 Alt I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS Clause 252.212-7000, Offeror Representations and Certifications ? Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (b) 252.225-7001, and 252.232-7003. DFARS Clause 252.211-7003 Unique Identification and Validation Clause. Additional Contract Terms and Conditions applicable to this procurement are Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Warranty: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon completion of installation for the items listed in the schedule. This announcement will close at 3:00 pm on 2 April 2007. Contact Carmen D. Urbati who can be reached at 228-871-2267 or email carmen.urbati@navy.mil. Questions should be faxed/emailed by 23 March 2007. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. No Numbered Notes apply. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price and delivery/a determination of responsibility/technically acceptable low bids/past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a breakdown of all components with manufacturer?s name, part numbers and prices, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: NAVAL CONSTRUCTION BATTALION CENTER, 2303 MCKINNEY AVE, GULFPORT MS
Zip Code: 39501-5001
Country: UNITED STATES
 
Record
SN01252245-W 20070317/070315222620 (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.