Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
MODIFICATION

59 -- VTC Equipment for DHRC-N, New Cumberland, PA

Notice Date
9/26/2007
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, DLA HQ Enterprise Support, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Reference-Number-J140722708
 
Response Due
9/27/2007
 
Archive Date
10/12/2007
 
Point of Contact
Constance House, Contract Specialist, Phone 703-767-1198, Fax 703-767-1198
 
E-Mail Address
constance.house@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combine synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number J140722707 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20 and the Defense Federal Regulation Supplemental (DFARS) changed notice it is the offerors responsibility to be familiar with applicable clauses and provisions. The contractor is needed to provide equipment and all necessary cables, connectors such as Nt1 modules, installation, training, and technical support for the operation of VTC equipment for the location DLA DHRC-N, 2001 Mission Drive, Suite 3, Conference Room, New Cumberland, PA. The conference room is rectangular in shape and measures approximately 16"X30". It seats 14-20 people at the conference table, and has existing audiovisual equipment (projector to be replaced, and computer) There is no additional seating around the external perimeter of each room, away from the table. A screen is located on one wall where presentations ar displaed. The VTC equipmetn will be located on the opposite wall. This solicitation is for the following items: 1 Projector (Mitsubishi); VCR, Installation Kit, Matrix Switch, VCR, 1 Audio: amplifier, mixer, and speakers, 1 Video Conferencing Equipment (Polycom): Base system, software, integration, tilt/pan camera; one year support, 1 Control Systems (AMX, Hawking) power supply, volume controller, network switch, AMX Experience kit, 1 Rack Equipment: Sliding distribution center, power distribution center, surge suppressor, rack installation kit, 2 Furnishings: (Extron) hideaway enclosures, 1 Cables and Hardware, 1 Integration Services: Engineering, Programming, Drawing, Installation, Documentation, Project Management, Testing & Training, 1 Service and support agreement, 1 Shipping 1 Monitors (LCD ) with installation kits (price for two). The contractor must train up to 5 people on the operation of the equipment. Training should include instructional materials, user documentation as well as hands-on experience. The contractor is needed to provide all installation services required to set up and test equipment. The Government will provide a network computer, phone, and VTC network connections as required. The contractor needs to provide on-line or telephone technical support 24/7/365, and on-site technical support for one year as agreed per contract, 4 hours on-site from called in time. The contractor needs to provide overnight shipment of replacement equipment due to equipment failure. The contractor needs to provide the following deliverables to the Government:all equipment required to satisfy the requirements stated above delivered to the installation site. Functional VTC and projector installation and testing technical support for the length of the warranty period and any extended period that may be optionally purchased to maintain equipment operability. The Government shall provide the contractor with copies of, or access to, required Government directives, publications, and documentation; i.e. blueprints. The Government shall provide necessary and reasonable access to personnel from other offices and agencies. Such access shall be coordinated through the human resources POCs. Access may require escort. The Contractor shall be subject to all appropriate rules and regulations while working on a military installation. This award will be made based on best value for the Government. The acquisition is 100% set-aside for small business concerns. The North American Industrial Classification System Code is 334310 with a small business size standard of 500 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1 Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Oct 2997) applies to this acquisition. Submit signed and dated quote on company letterhead. The basis for award: Award will be made to the lowest price offered who takes no exception to the specifications. Interested vendor must quote on all items. Partial quotes will not be accepted. Only (1) award will be made as a result of this combined synopsis/solicitation. The contractor must be registered in the Central contractor Registration database. Offerors must be registered in the Online Representations and Certifications system at (http://orca.bpn.gov) and provide a completed DFARS 252.212-7001, Contract Terms an conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005) and the following clauses are applicable under sub-paragraph (a) and (b); 252.225-7001 Buy American Act and Balance of Payments Programs (Apr 2003); 252.232-7003 Electronic Submission of Payment Request (Jan 20004). DFARS 252.204-7004 Alternate A Central Registration (Nov 2003) is also applicable. Clauses and provisions may be accessed via the Internet at http://farsite.hill.af.mil or http://www.arnet.gov.far. All offers must be received no later than September 27, 2007, 5:00 pm Eastern Standard and must be respond to the information contained herein. Quotations may be faxed to 703-767-1198, ATTN: Constance House, email: constance.house@dla.mil. Reference the Purchase Request Number J140722707. Quotations should meet all instructions put forth in this combine synopsis/solicitation.
 
Place of Performance
Address: DHRC-N (J8), 2001 Mission Drive, Suite 3, New Cumberland, PA
Zip Code: 17070-5042
Country: UNITED STATES
 
Record
SN01421216-W 20070928/070926223115 (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.