Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

D -- JAG School AudioVisual Equipment

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2XTB27141A100
 
Response Due
6/15/2007
 
Archive Date
6/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for furnishing, installing, and programming audio visual control systems and matrix switchers in two auditoriums located at the Air Force JAG School, Maxwell AFB, AL prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition has been set aside for award to a Small Business. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2XTB27141A1000 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 (15 May 2007) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070522. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. The North American Industry Classification System code is 541512 with a small business size standard of $21 million. CLIN 0001-AMX or equal Control System consisting of "touch" screen for Large Auditorium. One controller will be located in the booth in the rear of the auditorium and one at the podium on the stage. The podium equipment consists of an Elmo visual presenter EV-4400AF with source selection capability. The existing booth equipment consists of: (1) Sony scan converter DSC-1024; (2) Sony switcher PC-1271; (3) Sony Hi 8 EVO-9500A; (4) Sony tuner TU-1041U; (5) Dell PC optiplex GX 620; (6) Sony VO-760; (7) Panasonic VCR AG-1960; (8) Yamaha CD player CDC-735; (9) Taskam cassette player 134; (10) Sony DVD player DVP-NC600; (11) Lighting control Strand lighting Alpha Dim II model 09-0120-31 controlled via relay; (12) Audio control; and, (13) Two NEC projectors GT 5000. Quantity of 1. CLIN 0002-AMX or equal Control System consisting of "touch" screen for Small Auditorium. One controller will be located in the booth in the rear of the auditorium and one at the podium on the stage. The existing podium equipment consists of: (1) JVC VCR SR-S365U; (2) Sony DVD DVP-NC600; (3) Dell PC optiplex GX 620; and, (4) Elmo visual presenter EV-4400AF. Existing booth equipment consists of: (1) JVC VCR HR-S390U; (2) Sony Hi 8 EVO-9500A; (3) Sony tuner TU-1041U; (4) Dell PC optiplex GX 620; (5) Lighting control; (6) Audio control; and, (7) Two NEC projectors GT 5000. Quantity of 1. CLIN 0003-Programming/Design Software for controllers (one located in Large Auditorium and one in Small Auditorium). Quantity of 2. CLIN 0004-Installation cost of Controllers, On-Site, by a AMX-certified installer (One installed in Large Auditorium and one installed in Small Auditorium) and installation of all other required items. Quantity of 1. CLIN 0005-Cable Bundles (All cables required to link systems with controllers) in large and small auditoriums. Quantity of 2. CLIN 0006-Router-Rack Mount for Controller. Quantity of 2. CLIN 0007-Crosspoint or equal Matrix Switcher 450 Plus 128 HVA, Extron, Model No. 60-334-11. Quantity of 2. CLIN 0008-Shipping/Freight Charges. Quantity of 1. These items are to be furnished, installed, and programmed at: AF JAG School, 150 Chennault Circle, Maxwell AFB, AL 36112. Award will be made based on the best value to the government. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Vendors must be registered with the following Internet databases to be eligible for award: 1. Dept of Defense Central Contractor Registration (CCR), 2. vendor On Line Representations and Certifications (ORCA), and 3. Wide Area Work Flow (WAWF). Both CCR and ORCA registrations can be completed on line through http://www.bpn.gov and WAWF registration can be completed at https://wawf.eb.mil. The following DFARS clauses are included by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005) and the following clauses are applicable under sub-paragraph (a) and (b): 252.232-7003, Electronic Submission of Payment Request (Jan 2004). DFARS 252.204-7004 Alternate A Central Contractor Registration (Nov 2003) is also applicable. Clauses and provisions may be accessed via the Internet at https://farsite.hill.af.mil or http://www.arnet.far.gov . All offers must be received no later than 15 June 2007, 4:00 pm Central Daylight Time and must respond to the information contained herein. Offers may be emailed to Frank Spencer at frank.spencer@maxwell.af.mil or faxed to Frank Spencer, 42d Contracting Squadron, Acquisition Flight A-1, Maxwell AFB AL 36112-6334, fax number (334) 953-3527. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email Frank Spencer, Contract Specialist, with any questions concerning this requirement.
 
Place of Performance
Address: 150 Chennault Circle, Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01306393-W 20070602/070531220809 (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.