Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
MODIFICATION

59 -- combined synopsis for visual equipment

Notice Date
8/29/2007
 
Notice Type
Modification
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-07-RQ-0147
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Point of Contact
Contract Specialist Antionette Collins
 
E-Mail Address
work
(Antionette.Collins@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis 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. Solicitation number is VA-250-07-RQ-0147 issued as an RFQ (Request for Quote). The solicitation document and incorporated provisions and clauses are those in effect through Federal Circulars (FAC) 2005-18. This requirement is 100% service disabled veteran small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 423620 Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers, Size standard 100 employees. Requirements: The Louis Stokes Cleveland Department of Veteran Affairs Medical Center (LSCDVAMC), 10000 Brecksville Road, Brecksville, Ohio 44141, (hereafter known as the LSCDVAMC), is seeking a system that connects a network PC external laptop and various equipment used for presentations in training areas el. Line Items; (1) VITYMATE 3.0/W:3.8 color touch panel controller includes motion sensor compact flash and back box in black, Quantity of 9 Each (2)Sanyo PLC-XU100 Portable XGA Projector with 4000 lumens:7.7lbs, :3 year warranty, Quantity of 6 Each. (3) PBC-UMS Universal mounting bracket combo, Quantity of 6 Each. (4) Toshiba DVD/VCR Combo, Quantity of 9 Each. (5) Promax DP580 Digital Visual Presenter, Quantity of 9 Each. (6) Samsung HL-T6187S LED 61" Slim Depth HDTV, Quantity of 3 Each. (7) Universal Flat panel Mount, Quantity of 3 Each. (8) 87" X116" Video Format, Matte white electric cosmopolitan screen, Quantity of 5 Each. (9) Rack Mount controller includes various inputs and outputs, Quantity of 9 Each.(10) Low voltage controller, Quantity of 5 Each. (11) System Programming, Quantity of 1 Each. (12) Scaler/Switcher various inputs and outputs: inputs 3CV onBNC, 3YC on Mini-din, 1YUV, 4 HD-15, Audio on RCA, output XGA on HD15, Stereo RCA, RS232, Quantity of 9 Each. (13) 10 foot HD15 M/M UXGA Monitor cable with 3.5mm Audio, Quantity of 27 Each. (14) 50 foot HD15 M/M UGXA monitor cable with 3.5 mm audio, Quantity of 9 Each. (15) Crown stereo D45 AMP, Quantity of 9 Each. (16) 2-way 50/150W 8 Ohm speaker w/6 ¼" bass reflex, Quantity of 18 Each. (17) Wall/Ceiling mounting bracket for F-240 series speakers, Quantity of 18 Each. (18) Shielded 14 gauge plenum speaker wire per foot, Quantity of 1000 Each. (19) Installation of equipment, testing and on-site training and three year installation warranty, Quantity of 9 Each. Equal items require specification sheets, manufacturer, and part numbers. FOB destination is preferred. Shipping of over $250 will be provided by the Government through a third party carrier. PROVISIONS AND CLAUSES: Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercials, applies to this acquisition. Offerors shall thoroughly review the nineteen requirements listed above and provide individual pricing on each line item. Each line item must have a description and pricing information. Quotes must contain a proposed installation and educational training timeline. The following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisitions Regulations (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered Best Values in descending order of importance. Technical elements are significantly greater than the price element. (1) Technical: Acknowledgement of ability to acquire product; a copy of specifications for other than brand name product. (2) Past Performance: Please include three references of customers who have purchased a similar system. (3) Price: Quote for each line item. (4) Warranty: Indicate Terms in statement of work; (5) Installation: 30 Days FOB: The Government reserves the right to award without discussions, vendors, shall submit the most favorable terms. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Mangement Systems, P.O. Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; VAAR clause 852.270-4 Commercial Advertising and 852.271-70 Nondiscrimination in Services Provided beneficiaries apply to these acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21,52.222-26, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition regulations (FAR) clauses provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Antoinette Collins (Antoinette.Collins@va.gov) in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation.Question submitted after September 3, 2007 that may affect the competitive process can not be addressed. Quotes are due no later than COB, 4:30 p.m. EST September 7, 2007.Quotes can be sent by email Antoinette.Collins@va.gov or fax to 440-838-6052. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
homepage
(http://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-07-RQ-0147/listing.html)
 
Place of Performance
Address: 10000 Brecksville Road;Brecksville, Ohio
Zip Code: 44141
Country: USA
 
Record
SN01390122-F 20070831/070829230259 (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.