Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

67 -- Plasma Displays

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU772150607
 
Response Due
9/4/2007
 
Archive Date
3/2/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU772150607 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-04 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Salient characteristics: 50" plasma display, resolution: 1365 x 768, height: 29", PC Interface: DVI, VGA (HD-15), HDTV ready, Connector type: 1 x DVI-HDCP (24 pin digital DVI)-rear 1 x RGB input(15 pin HD D-Sub (HD-15)) - rear 1x component video input (BNCx5) - rear 1x composite video input (BNC) - rear 3x audio line-in (RCA phono x 2) - rear 1 x audio line-out - rear 1 x serial (9 pin D-Sub)- rear 1 x component video input (RCA phono)-rear 1 x component video input (RCA phono x 3) - rear 1 x S-Video input (4 pin mini DIN)- rear, Input Video Formats: 480p, 720p, 1080i, 1080p, 480i, 540p, 525i, 1035i, 525p, 625p, 625i, and Supported Computer Resolutions: 1024 x 768 (XGA), 640 x 480 (VGA), 800 x 600(SVGA), 1280 x 1024 (SXGA), 1600 x 1200 (UXGA), 848 x 480, 852 x 480, 1360 x 768. NEC PlasmaSync 50XM6A. , 5, EA; LI 002, Salient characteristics: dual post cart, must be able to hold a 50" panel, 60" poles, and oversize smooth-rolling, lockable casters. Premier UPD 60" Dual Post Cart Plasma Stand. , 5, EA; LI 003, Salient characteristics: plasma stand mounts, must fit 37"-61" display panel, rotate 360 degrees - fixed landscape or portrait setting, tilt upward 35 degrees, tilt downward 10 degrees, and must work with a dual pole floor stand. Premier Universal Rotational Mount RTM-L., 5, EA; LI 004, Salient characteristics: digital document presenter: 1/3" progressive scan CCD, Effective Pixels: 1034(H) x 779(V), Frame Rate: 20 frames/sec., Resolution (TV Lines) RGB: 600(H) x 600(V) and Video: 400(H), Zooming: 18x(powered), Auto/Manual (powered) Focusing, x2 Digital Zoom, Input Selection: Int./RGB1/RGB2, Analog RGB Output: XGA (1024 x 768, @60Hz), Video Output: NTSC, PAL, Composite, S-Video, RGB Input x2, Output terminals: (1) Analog RGB: Mini D-Sub 15 pin connector, (2) Composite Video: RCA jack, and (3) S-Video: Mini DIN 4pin connector, and PC Interface: RS-232C, USB. ELMO HV 5100XG Digital Document Presenter., 1, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to cindy.mcaleese@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The Offeror must comply with the following commercial item terms and conditions: (1) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (the full text of FAR Provisions may be accessed electronically at http://farsite.hill.af.mil/), (2) FAR 52.204-8, Annual Representations and Certifications (interested parties are required to input their representations and certifications into the Online Representations and Certifications Application (ORCA) database which is located at the following internet address: http://www.bpn.gov), (3) FAR 52.211-6, Brand Name or Equal, (4) FAR 52.212-1, Instructions to Offerors ? Commercial Items, (5) FAR 52.212-2, Evaluation ? Commercial Items (the following factors shall be used to evaluate offers: award shall be made to the low, responsible, responsive quoter), (6) FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, and (7) DFAR 252.212-7000, Offeror Representations and Certifications ? Commercial Items. The Offeror must comply with the following commercial item terms and conditions: (1) FAR 52.252-2, Clauses Incorporated by Reference, (the full text of FAR and DFAR Clauses may be accessed electronically at http://farsite.hill.af.mil/), (2) FAR 52.204-7, Central Contractor Registration (CCR), (interested parties are required to be registered in the CCR database which is located at the following internet address: http://www.bpn.gov), (3) FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following FAR Clauses cited within 52.212-5 are applicable to this acquisition: 52.219-6,52.219-28,52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,52.222-50,52.225-13,and 52.232-33, (5) DFAR 252.204-7004 Alt A, (6) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following DFAR Clauses cited within 252.212-7001 are applicable to this acquisition: 252.225-7001,252.232-7003,and 252.247-7023,and (7) DFAR 252.232-7010, Levies on Contract Payments. Delivery shall be made within 30 days or less after receipt of order (ARO). FOB Destination CONUS (CONtinental U.S.) The "FBO" provision located under the Contract/Bidding Req instruction is amended to change the following: this solicitation is being issued as a Request For Quote (RFQ), not an Invitation For Bid (IFB).
 
Web Link
www.fedbid.com (b-45986_02, n-7759)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01390836-W 20070901/070830222033 (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.