Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

67 -- Planterium Digital Projector for 24-foot dome

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3000080062
 
Response Due
9/10/2008
 
Archive Date
8/28/2009
 
Point of Contact
Linda Hook Contract Specialist 2026196367 linda_k_hook@nps.gov;<br />
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3000080062 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 334119; the size standard is less than 1,000 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is a commercial item. The estimated magnitude of this procurement is between $100,000 to $150,000.In accordance with Federal Acquisition Regulation (FAR) Chapter 19.1305, the Government shall set-aside all procurements with a dollar threshold over $100,000 to be set-aside for HUBZone, business concerns. This procurement is 100-percent set-aside for HUBZone business concerns. To confirm if your firm is in a HUBZone area, search the web at https://eweb1.sba.gov/hubzone/internet. Look for the link "Are you in HUBZone". Then look for the entry of "To Determine if an Address is Located in a HUBZone". Type your address. If your company is located in a HUBZone area, you must certify your company with the Small Business Administration. Your company's name must be included on the Small Business Administration's listing to be considered as a HUBZone small business for your quote to be evaluated under the small business HUBZone set-aside.However, if this office does not receive any acceptable quotes from qualified HUBZone concerns, the set-aside will roll over to a 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having 1,000 employees or less. If your company's has 1,000 employees or less, your company is considered small business under this procurement. Both HUBZone and Small businesses are encouraged to offer a quote. However, if this office does not receive any acceptable quotes from qualified small business concerns, the set-aside will roll over to a 100-percent open for large business concerns.Contractor shall provide: EQUIPMENT"Purchase of one Digital planetarium system which can project on a 24' full dome planetarium and can display the entire sky with a fisheye lens."Spare projector bulb"Stand and enclosure to house the projector"Control console to operate the projector CURRICULATeachers' guides, computer exercises, lesson plans and assessments for Elementary School, Middle School and High School astronomy curricula. SOFTWARERealtime 3D astronomy simulation software that enables the user to move the audience through space and time in a universe comprised of a 3D database."The software should allow the user to produce program shows using tools that are analogous to the traditional opto-mechanical environment."Software should enable equipment operators to add elements to the database and be able to either produce their own planetarium program on the spot or with an automation feature."Software should include a complete automation package that will allow for fully automated show production and playback. "The software should be able to project image such as stars, constellations, galaxies, planets, moons, satellites, asteroids, and comets."Software should have capability to display a text label on the dome next to any object in the sky."The software should have local resource capabilities including light pollution simulation, daylight hours and a horizon panorama. "Software should not require extensive and complex scripting to change the audience's view or modify the sky. "Software should support.jpg,.bmp,.tiff,.pct,.tga, and.mov files."Realtime demonstrations and lessons created on classroom versions of the software should be able to be imported to the fulldome digital planetarium system."Documentation and manuals for using software shall be provided. TRAININGTwo consecutive days of onsite training lasting 8 hours per day should be provided for 5-10 NPS employees to teach them how to use the new planetarium equipment and software. WARRANTYOne year on-site warranty for all equipment and software. Contractor may provide additional extended warranty for the Government to consider. MAINTENANCE AGREEMENTThe Contractor shall provide a comprehensive one year on-site maintenance for equipment and software. Contractor may provide additional maintenance for equipment and software for the Government to consider. PART 2: SCHEDULING AND COORDINATIONThe Contractor shall install the new equipment and software and remove old equipment at the Planetarium at 5200 Glover Road NW in Washington DC. Work will be accomplished between 8 am and 5 pm, Sunday through Saturday. Planetarium will be closed to the public during this time period, so installation shall be completed within 10 days to minimize restrictions on public access to the planetarium. Old equipment is a Sptiz A-4 analog projector and control panel. The projector is bolted to a carpeted floor and needs to be removed. The control panels are sitting on a table and the wires need to be disconnected and the control panel needs to be removed. There are eight line items as follows:A. Projector, stand, spare bulb, and control console: 1 each Lump Sum $____________________B. Software for planetarium show production (including standard image library) : 1 each Lump Sum $__________C. Shipping, delivery and installation of the new equipment and software: 1 each Lump Sum $__________D. Removal of old equipment: 1 each Lump Sum $______________E. Training Session -- 2 days: 1 Lump Sum $__________F. Option for Extended Warranty: Unit Price Per Month $__________ (Describe Contractor's Options for Consideration)G. Comprehensive one year maintenance agreement: Unit Price Per Month $________ Total Price for 12 months $_____________________H. Option for Additional maintenance agreement for additional 3 years after first 12 months: Unit Price Per Month $_________ Total Price for 36 months $___________________________ Total of Quote SUM (A through H): $_______________________________________No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. The government shall have up to ten (10) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications. The contractor shall warrant all parts and labor for at least a period of (1) one year from the date of acceptance. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period (and if exercised, the extended warranty period). All costs of transportation of any item for said repairs will be at the contractor's expense. Contractor shall deliver the items FOB Destination to the address stated on the award document. The location is within Washington, D.C. Please state estimated delivery time on quote if your company is provided the award.The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I, FAR 52.217-08 Option to Extend Services, FAR 52.217-09 Option to Extend the Term of the Contract, FAR 52.219-3 Notice of Total HUBZone Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14, Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products, FAR 52.223-15 Energy Efficiency in Energy-Consuming Products, FAR 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products, FAR 52.225-3 Buy American Act --Free Trade Agreements--Israeli Trade Act, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are stated in descending order of importance: A. References and experienceReferences of those who purchased the products being offered in this solicitation (include contact name, project description, agency, telephone number, and date) within the past 3 years of this solicitation.B.Projector performance on a 24' dome (e.g. image clarity and dome coverage). Total system being offered. C.Ease of use (e.g. easily produce customized planetarium shows and using tools that are analogous to the traditional opto-mechanical environment) and quality of software (e.g. size of image library and local resource capabilities including light pollution simulation, daylight hours and a horizon panorama) D.Delivery and installation times after receipt of award. E.Average response time for maintenance. Description of maintenance service agreement for equipment and software. F.Description of extended warranty. G.The company safety plan for this work: 1) Address protection for park visitors during prosecution of work.2) Personal protection equipment for employees.3) Emergency procedures for dealing with injuries to employees. Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Contractor shall submit with the quote:Specification sheets with description of products (Projector, Software, Control Console) being offered. Contractor can offer more than one model for our evaluation.Life expectancy and energy efficiency of equipmentInformation about how many versions of the software exist and how often software upgrades are released.Description of warranty being offered.Copy of Maintenance Agreement being offered.Answers to the evaluation criteria.References of those who purchased the products being offered in this solicitation (include contact name, project description, agency, telephone number, and date) within the past 3 years of this solicitation. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items and a copy of the manufacturer's specification sheet and any other literature directly related to the items offered by the Contractor. All offers must also include the unit prices A through H. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Contractors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 3:00pm EST September 10, 2008 and can be sent to NATIONAL PARK SERVICE, ATTN: LINDA HOOK, ACQUISITION MANAGEMENT DIIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6367.-All responsible sources may submit a quote which will will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=673b6ad24cb1fb804a36f3994ef3564e&tab=core&_cview=1)
 
Place of Performance
Address: Washington, D.C.<br />
Zip Code: 200151008<br />
 
Record
SN01653724-W 20080830/080828221117-673b6ad24cb1fb804a36f3994ef3564e (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.