Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
MODIFICATION

70 -- Wall Display

Notice Date
9/24/2007
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200, UNITED STATES
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-07-T-6086
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Point of Contact
Garrett Smith, Contract Specialist, Phone 719-556-4285, Fax 719-556-4538, - Jamie Dufrene, Contract Specialist, Phone (719) 556-8763, Fax (719) 556-4538
 
E-Mail Address
garrett.smith@peterson.af.mil, jamie.dufrene@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(I) 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quote (RFQ). Submit written proposal (to include price quote for all CLINS) on RFQ reference number FA2517-06-T-6086. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. (IV) This solicitation is set-aside for small business. (V) This combined synopsis/solicitation is for the following commercial items: Items do not have to be brandname. 1) QTY: 1 Unit of Issue Each. Jupiter Fusion 964 Display Wall Processor MFR: Jupiter Systems. Model # F964-6HCV-1SATA-2ETH-1SFT-3GB-XP CPU Board Processor: Dual Intel Xeon (3.2GHz) Processors built/configured to include the following: 6 Heads or Displays (Outputs) (=6HCV) One (1)12x24x48 CDRW drive (included standard with Fusion 964), Hard Drives: one (1) single removable 80GB SATA150 Hard Disk Drive (included standard with Fusion 964)(=1SATA), Network connections: 2 Ethernet Ports (10/100/1000 Mbits/sec)(=2ETH), ControlPoint GUI, Protocol and API software (included standard with Fusion 964)(=1SFT), Memory: 3GB DDR2 RAM (=3GB), Operating System: Windows XP Professional (included standard with Fusion 964)(=XP) OR EQUAL 2) Quantity 1 Unit of Issue Each Crestron PRO2 Professional Dual Bus Control System MFR: Crestron. Model # PRO2 Processor specs: CPU: 32-bit Freescale ColdFire(r) Microprocessor Memory specs: 32MB SDRAM, 256KB NVRAM, 4MB FLASH, Compact Flash expandable up to 4GB Operating System specs: Real-time, preemptive multi-threaded/multitasking kernel; FAT32 file system with long names; supports SIMPL(tm) Windows(r) and SIMPL+(r) Power specs: Main Power: 2.3Amps, 100-250V AC, 50/60 Hz, Available Cresnet Power: 50 Watts (shared with control card expansion slots) Enclosure specs: Chassis: Steel, black matte powder coat finish, Faceplate: Extruded aluminum, black matte powder coat finish w/polycarbonate label overlay, Mounting: Freestanding or 2U 19-inch rack-mountable (adhesive feet and rack ears included). OR EQUAL 3) Quantity 2 Unit of Issue Each Crestron Isys TPS-12 12" Tilt Touchpanel, Black MFR: Crestron. Model # TPS-12-B (Black) TouchScreen Display Specs: Display Type: TFT Active matrix color LCD, Aspect Ratio: 4:3 SVGA, Resolution: 800 x 600 pixels, Brightness: 400 nits (cd/m2), Contrast: 300:1, Color Depth: 18-bit (256k colors), Illumination: Backtilt fluorescent, Viewing Angle: +/- 70 degrees horizontal +45/-55 degrees vertical, Touchscreen: Resistive membrane. Processor Specs: CPU: 32-bit Freescale Coldfire Microprocessor, Processing Speed: 410 MIPS (Dhrystone 2.1 benchmark) OR EQUAL 4) Quantity 1 Unit of Issue Each XRackPro2 12U Noise Reduction Enclosure Rackmount Cabinet, Black MFR: Giz Mac Accessories, LLC. Model/Part #: XRackPro2-12U Interior specs: 12U Desk-height enclosure with positive ventilation, Acoustically engineered to reduce noise by up to 80%, 3 Ultra-Quiet Fans (US type), 19" (48.2 cm) Standard EIA/NEMA rails, 32" (81.2 cm) Maximum Equipment Depth, 4 fully adjustable rails with U position labels, 24 - 10/32 x 16 mm Cage Nuts and Screws for easy rack mounting, and Built-in cable management system. Standard 19" (48.2 cm) Rails. Xrack is built to accommodate all EIA/NEMA compliant rack mountable systems. Exterior specs: Acoustically engineered to reduce noise by up to 80%, 3 Ultra-Quiet Fans (US type), 4 Heavy-Duty Carpet-Safe Casters, 4 fully adjustable rails w/U position labels, 3 top and 3 bottom cable access knockouts, Key-Lock Security on doors, Quick-release rear door and lockable side panels, Acoustically sealed doors and cable grommets, Baked-Enamel finish matches Xserve(tm) and Xserve RAID(tm), simple seamless front door with clear glass. Noise Dampening specs: Xrack is built to reduct server noise by up to 80%. The interior of the enclosure is lined with foam.... Four (4) ultra-quiet fans at the rear of the enclosure provide superior airflow control without increasing noise levels. Acoustically sealed doors and cable grommets. Mobility specs: Four heavy-duty carpet-safe casters make the unit easy to move even fully loaded. Two of the casters are lockable so you can secure it once the unit has been placed. Flexibility specs: 4 Fully adjustable rails with U position labels, 3 top and 3 bottom cable access knockouts. Compatibility specs: Xrack Pro conforms to EIA and NEMA standards so it is perfect for all rack mounting installations. OR EQUAL ANY AND ALL QUOTES FROM ORIGINAL SOLICITATION WILL NOT BE CONSIDERED FOR AWARD. PLEASE REQUOTE IF INTERESTED (VI) Items to be delivered within 30 days of award to Peterson AFB, CO. (VII) FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004), applies to this acquisition. In addition to written quotes, offerors are instructed to provide a brief capability statement describing qualifications to perform requirements listed at paragraphs V and VI. (VIII) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest price and meets capability requirements listed in V and VI. (IX) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ (X) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XI) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26) and (31). (XII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.252-2, Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award; 52.243-1, Changes-Fixed Price, DFARS 5352.232-9101, Ombudsman. (XIII) Quotes are required to be received no later than 4:00 pm Mountain Standard Time, Wednesday, 26 Sep 07 , and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; tax id; itemized quote; product information; statement that ORCA has been completed (see para IX above). Quotes shall be delivered via email to garrett.smith@peterson.af.mil or fax to (719) 556-4988 if quotes are faxed contractor MUST call to confirm the fax was received. (XIV) Please direct any questions regarding this solicitation to A1C Garrett Smith at (719) 556-4285 or garrett.smith@peterson.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-07-T-6086/listing.html)
 
Place of Performance
Address: Peterson AFB, CO
Zip Code: 80914
Country: UNITED STATES
 
Record
SN01419831-F 20070926/070924231300 (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.