Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

58 -- Conference room

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ08T0942
 
Response Due
4/3/2008
 
Archive Date
6/2/2008
 
Point of Contact
olen, (907) 384-7088
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(olen.northern@richardson.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 synopsis solicitation number is W912CZ08T0942. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Ci rcular 2005-18 (July 5,2007). (iv) This synopsis solicitation is set aside for small business under NAICS 334310. (v) This synopsis solicitation contains FIVE (5) line items. (vi) Bid must be FOB delivery location or the bid will be considered nonresponsi ve.(vii) Delivery location: HHC 4-25th ABCT, 724 Postal Service Loop Road # 8400, Fort Richardson AK 99505-8400. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before 3 May 2008. 0001: Components and installation of a turn key conference room A/V package for BDE Conference Room (Building 1, Room 351/349/353/312). See sub CLINs. 0001A: Display system. One electric motorized front projection screen, 1 17 inch SMART Interactive Pen Display, 1 17 inch LCD flat panel display, two 46 inch LCD flat panel displays. 1. Contractor shall provide and ceiling-mount one (1) 100-inch diagonal (4:3 aspect ratio) tensioned electric motorized projection screen. The projection screen case shall be recessed flush in the ceiling. 2. Contractor shall provide and table-mount one (1) 17-inch SMART Interactive Sympodium LCD Pen Display. This LCD Pen Display shall provide SMART Interactive Whiteboard capabilities for a single designated PC and shall be installed on an articulating arm o n a Contractor provided podium. 3. Contractor shall provide and install one (1) 17-inch LCD flat panel display at the conference table. This display shall be installed with a standalone tiltable table mount. 4. Contractor shall provide and wall-mou nt two (2) 46-inch large format flat panel displays. These displays shall be wall-mounted using adjustable extended wall mounts. These displays shall be mounted at a location that will provide viewing support of main screen images for meeting participants< BR>at the back of the room. 5. The Contractor shall provide input connectivity for the following AV sources: a) Wall Plate #1 in the form of a pass through interface i. One (1) HD-15 VGA Male with stereo audio c Government provided PC ii. One (1) USB Type A Male ? SMART connectivity for a single PC b) Wall Plate #2 in the form of a pass-through interface i. One (1) HD-15 VGA Male with stereo audio ? Laptop input ii. One (1) RCA Male ? Composite video with stereo audio ? VCR/DVD Combo<B R>c) Wall Plate #3 in the form of a pass-through interface i. One (1) HD-15 VGA Male ? SMART Sympodium input ii. One (1) USB Type A Male ? SMART connectivity for a single PC (same as above) d) Conference Table location in the form of a cable whip managed through a hole in the table i. One (1) HD-15 VGA Male c LCD monitor input 6. The Contractor shall provide for the adjustment and alignment of the systems, and provide for the system checkout and functional testing. 0001B: Audio syst em. The Contractor shall provide the labor and materials necessary to install a high-impedance distributed audio system which shall provide even audio coverage for all multimedia playback. The Contractorprovided system shall consist of a power amplifier/m ixer and an appropriate number of ceiling-mounted Speakers. 0001C: Conference system. The Contractor shall provide and install one (1) Polycom SoundStation VTX 1000 Conference Phone with a pair of wired extension microphones. 0001D: Con trol System. The Contractor shall provide and wall-mount a controller with the following control functionality: 1. System Power 2. Screen Control 3. Source Sele ction 4. Volume Control The Manufacturer Remotes supplied with Contractor provided equipment shall provide control for its device. 0001E: Additional System Components. The Contractor shall provide and install one (1) equipment rack (Style TBD). T he following equipment shall be installed in the Contractor provided equipment rack: 1) Switch and signal components 2) VCR / DVD Combo Unit 3) Audio amplifier 4) Surge suppressor (viii) The provision at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically acceptable, price, delivery time and past performance. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditi ons Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21  Descriptive Literature (APR 02); FAR 52.217-5  Evaluation of Options (JUL 1990); FAR 52.217-7  Option for Increased Quantity  Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216- 1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252 -212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 199 8); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segr egated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers wi th Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.ar net.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 10:00 AM, Alaska Time, 3 April 2008. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made ava ilable by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors infor mation. For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7088, the e-mail and attachment will b e discarded without being read.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01542166-W 20080328/080326224457 (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.