Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

70 -- Conference room presentation system

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00259 MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025907T0358
 
Response Due
9/19/2007
 
Archive Date
10/19/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. All resposible sources may submit a quote that shall be considered by the agency. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of the solicitation will not be available. The solicitation, number is N00259-07-T-0358. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-17. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov and www.acq.osd.mil. This is a small business set-aside. The NAICS code is 423430. The size standard is 100. The contractor s hall provide CLIN: 0001: CONTRACTOR SHALL PROPOSE, PROVIDE AND INSTALL A CONFERENCE ROOM PRESENTATION SYSTEM IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW) ; Qty: 0001, U/I: LOT, U/P:_______________. CLIN: 0002: CONTRACTOR SHALL PROPOSE, PROVIDE AND INSTALL A CONFERENCE ROOM PRESENTATION SYSTEM IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW) ; Qty: 0001, U/I: LOT, U/P:_______________. 0003: CONTRACTOR SHALL PROPOSE, PROVIDE AND INSTALL A CONFERENCE ROOM PRESENTATION SYSTEM IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW) ; Qty: 0001, U/I: LOT, U/P:_______________. 0004: CONTRACTOR SHALL PROPOSE, PROVIDE AND INSTALL A CONFERENCE ROOM PRESENTATION SYSTEM IN ACCORDANCE WITH THE STATEMENT OF WORK (SOW) ; Qty: 0001, U/I: LOT, U/P:_______________. Statement of Work 7 Sep 2007 1.Scope: The contractor is required to provide all management, supervision, labor, materials, and tools to install new multimedia capabilities to conference rooms per the contract. The government will be responsible to provide power, cable TV and access to cable paths through walls and overheads. 2.Location: The Laboratory department is located at the Naval Medical Center San Diego on the third floor of building #1, Room # 3E-21D1 and Room # 3E-22J1 3.Room Measurements: The contractor is responsible for the measurement of all rooms where work will be performed under this contract to ensure that the AV equipment installed by the contractor will properly fit and is workable. Room # 3E-21D1 is 20? W x 30? L; Room # 3E-22J1 is 17? W 24? L; Room # 2E-24H1 (no measurement provided) and Room # 2E-22J2 (no measurement provided.) 4.Site Visit: A site visit will be conducted with a date/time to be arranged by the Contracting Officer. It?s vital that contractors attend the site visit to view the work area and perform tasks required, such as measuring the spaces, to accurately assess the Government?s requirement for work under this contract. 5.Maps/Drawings: Drawing #1 is a conceptual rendering of room 3E-21D1 showing type and location of required equipment. Drawing #2 is a conceptual rendering of room 3E-22J1 showing type and location of required equipment. 6.Government Point of Contact (POC): HM1 Raymond Slick, LPO DAS Logistics, is the technical POC and can be contacted at 619-532-5786 or email: Raymond.Slick@med.navy.mil. HM2 Ashley Aldeguer, is secondary POC and can be contacted at 619-532-5818 or email: Ashley.Aldeguer@med.navy.mil. The technical POC does not have the authority to take any action, either directly or indirectly, which would change the pricing quality, place of performance, delivery schedule, or any other terms and conditions of this order. The POC does not have the authority to direct work that goes beyond the scope of this delivery order. When in the opinion of the contractor, the POC requests effort outside the existing scope of this delivery order, the contractor shall promptly notify the Contracting Officer in writing. The contractor under such direction shall take no action, until the Contracting Officer has issued a contractual change or otherwise resolved the issues. 7.Install New Multimedia equipment: a.Electrical. The Government is responsible to disconnect and reconnect electrical power lines at the point of connection/junction box. The contractor is responsible for coordinating with the Government to have the electrical disconnect/connections completed. The Government will provide the Contractor their point of contact for electrical work after award of the contract. b.Cable Signal. The Government is responsible to connect cable lines at the point of connection/junction box. The contractor is responsible for coordinating with the Government to have the cable line connection completed. The Government will provide the Contractor their point of contact for cable line work after award of the contract. c.The contractor shall provide and install audio system equipment to include necessary amplifier(s), microphone(s), and ceiling-mounted speakers. Amplifier(s), microphone(s) and speakers must provide sufficient coverage for the entire conference room for video teleconferences and local presentations. Audio system must have the necessary outputs and inputs to be fully operational with other audio/visual equipment present or provided at installation. d.The contractor shall provide and install required installation equipment, interfaces, control system, remotes, power switches, switch boxes, cables, surge protector, wall plates, nose plates, other mounting brackets and miscellaneous hardware. e.The contractor shall ensure full integration and operation of all equipment, including any necessary programming, assembly and testing. Contractor shall test and align the system. f.Labor will include all on-site installation, assembly, fabrication, modification, wiring, coordination and supervision, configuration, programming, testing, checkout and training. g.Contractor will provide training to the Government personnel on equipment operation and will provide any required training documentation and instructions. h.Contractor will be required to deliver all software installation disks, instruction manuals, and other documentation for the equipment to the Government prior to acceptance. 8.Cleaning up: The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Government Point of Contact. 9.Room Specifications and Components: Multimedia systems will include: Contractor provided: ?50? plasma monitor with all mounting hardware and cables ?Multimedia Lectern ?64? ?SMART? whiteboard with all mounting hardware and cables ?Color Touch Screen audio/video control panel ?Stereo Amplifier ?Stereo wall mountable speakers with hardware ?DVD/VCR combination ?Overhead projector with all mounting hardware and cables ?Other necessary hardware/software to complete installation in a neat and professional manner Government provided: ?Computer system: (specify CPU type & speed, operating system) ?Flat panel monitor This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006), 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006), 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (SEP 2005), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78); (b) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212)), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006), with DFARS Clauses incorporated in reference (b) (4) 252.225-7001 Buy American and Balance of Payment program (JUN 2005 (41 U.S.C. 10a-10d, E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227), 52.217-5 Evaluation of Option (JUL 1990), 52.217-9 Option To Extend The Term Of The Contract (MAR 2000), Quotations will be evaluated based on technical capability, price, and delivery. Technical capability and price when combined are more important than delivery. Award will be made on an ?all or none? basis. The government will only consider firm fixed price quotations. Open market quotations in combination with quotations under Federal Supply Schedule (FSS) 58, Part I will be accepted. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006). Both provision and clause can also be submitted at www.orca..bpn.gov. Contractor must be regis tered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A nine digit Data Universal Numbering Systems (DUNS) number, provided by Dun and Bradstreet, is required to register. Fax or e-mail your quote on or before close of business on 09/19/2007. Fax number: 619-532-5596, e-mail address: nick.delosreyes@med.navy.mil. Offeror must notify the Purchasing Agent, Nick Delosreyes at 619-532-5289 after the quotation was submitted referencing the solicitation number. Purchasing Agent will confirm receipt of the solicitation. See numbered note 1.
 
Record
SN01399266-W 20070909/070907222445 (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.