Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

58 -- AV Presentation System at Grand Portage National Monument

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
HFC - Acquisition Management National Park Service Harpers Ferry Center 230 Zachary Taylor Street, P.O. Box 50 Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
Q1143070064
 
Response Due
8/15/2007
 
Archive Date
7/29/2008
 
Small Business Set-Aside
Total Small Business
 
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 along with Request for Quotation Number Q1143070064 constitutes the entire solicitation. Proposals, warranty information and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This acquisition is a total small business set-aside. Responses are due on or before August 15, 2007. The North American Industry Classification System (NAICS) code is 334310 and the related small business size standard is 500 employees. The National Park Service has a requirement for the purchase and installation of an audiovisual presentation system utilizing Contractor provided equipment and materials as necessary to install an audiovisual presentation system at Grand Portage National Monument, 170 Mile Creek Road, Grand Portage, Minnesota 55605. All equipment and installation materials required shall be new and furnished whether specifically enumerated herein or on any associated drawings. Due to space limitations, the complete commercial item specifications are contained in Request for Quotation Number Q1143070064. Interested Contractors should download this Request for Quotations and drawing sheets AV01 through AV05 and AVE01 through AVo5. If an offeror proposes to furnish an "equal" product, the manufacturer and model number(s) of the product to be furnished and descriptive literature for the proposed product shall be included in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. To insure that sufficient information is available, the offeror must furnish as a part of the quotation all descriptive material (such as cut sheets, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty period shall be confirmed to be one year after acceptance. FOB - Destination. Delivery and installation must be completed on or before October 12, 2007 with project closeout on or before October 30, 2007. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items, 52.212-4, Contract Terms and Conditions--Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 52.214-34 Submission of Offers in the English Language, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52,232-33, Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2, Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the greatest value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the National Park Service in terms of the following evaluation criteria: 1. Ability to meet the technical requirements. 2. Qualifications of personnel. 3. Warranty and Price. The evaluation criteria are listed in descending order of importance. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. Proposal submission requirements follow: All proposals shall be submitted in an original and three copies for receipt no later than 4:00 p.m., ET, August 15, 2007, and be clearly marked with Request for Quotations Number Q1143070064. Offerors are hereby notified that if your quotation is not received by the date and time and at the location specified in this announcement that it will be considered late. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Beverly Rinaldi-Alt, Contract Specialist; Request for Quotation Number Q1143070064; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Proposals by telephone transmitted facsimile (fax) will not be accepted. Offerors should submit the following: 1. Examples of as-built drawings and documentation from two projects of similar complexity. 2. Resumes of Project Manager and Technicians proposed for use under this contract. 3. Separate pricing for all audio, video, control system and miscellaneous supplies. 4. Pricing for one Mitsubishi Model XD2000U video projector with Model OL-XD2000ULZ lens. 5. Pricing for installation. List number of hours and price per hour. 6. Total firm-fixed-price. 7. Technical description and/or product literature. 8. Description of warranty. 9. Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The Point of Contact for this requirement is Beverly Rinaldi-Alt, Contract Specialist, at (304) 535-6237, email beverly_rinaldi-alt@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2607221)
 
Place of Performance
Address: Grand Portage, MN
Zip Code: 55605
Country: USA
 
Record
SN01356609-W 20070801/070730222014 (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.