Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

70 -- NH ARMY NATIONAL GUARD AVIATION FLIGHT FACILITY CLASSROOM MULTIMEDIA UPGRADE

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Hampshire, USPFO for New Hampshire, 4 Pembroke Rd, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-08T-0027
 
Response Due
9/11/2008
 
Archive Date
11/10/2008
 
Point of Contact
Joan D. Parent, 603-227-1445<br />
 
Small Business Set-Aside
N/A
 
Description
Reference number W912TF-08-T-0027 is issued as a request for quotation (RFQ). 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; quotes are being requested and a written solicitation will not be issued. This is an UNRESTRICTED acquisition. The North American Industries Classification System Code is 423430 Computer and Computer Peripheral Equipment and Software Merchant Wholesalers, size standard is 100 employees. Quotes are requested for a complete multimedia solution package with design/upgrade and installation. OVERVIEW: New Hampshire Army National Guard is requesting quotes for a Multimedia Upgrade project located at New Hampshire Army National Guard Aviation Flight Facility in Concord, NH. This requirement seeks to improve the capabilities of the two classrooms that are somewhat set up for multimedia presentation. The two computers, projectors, and Smartboards work well and will not need to change. The rest of the audio and video systems need complete renovation. The current system is VERY difficult to operate and is prone to tampering because it is so difficult to understand. Once the system is altered, it becomes completely unusable for the next user. These two classrooms are set up as individual rooms with little thought about using them with the wall open as a combined room. The maze of y-cords and patches from the computers and DVD/VCR machines are very confusing. Both permanent projection PC's need to be placed in a remote secure location. The monitor, CAC reader/keyboard, USB hub, multi memory card reader, and mouse can be placed on the podium. Additionally, an audio and VGA cable for laptop hookup is required for when proprietary software is needed and not loaded on the projection PC. Most people bring a presentation on a USB drive. Videoconferencing has been added to one of the rooms, any system installed should work with the new equipment. The contractor will propose a solution(s) that may include modifications to the space, installation of new equipment, and/or modifications to the setup of existing equipment. Contractors may propose multiple courses of action, if desired. A diagram of the classrooms is attached. Site visit is required prior to submitting a quote (See point of contact below to schedule a site visit.) Existing Equipment 2-Dell Optiplex desktops with LCD monitors 2-EIKI projectors with Smartboards 2-Panasonic DVD/VCRs 2-Sony home audio stereo receivers 12-stereo speakers in ceiling (6 per room) The provisions at 52.212-2, Evaluation-Commercial Items apply. Award will be made to a single responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on technical conformance, cost or price, and past performance. Technical conformance and past performance when combined are significantly more important than cost or price. The provisions and clauses listed below are applicable to this solicitation. FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identify Verification of Contractor Personnel, FAR 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev), 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 52.222-41 Services Contract Act, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev), DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7003 ADDENDUM: In accordance with DFARS 252.232-7003 (c), this DOD agency is unable to receive a payment request in electronic form; the Contractor shall submit the payment request to the address shown in Block 18a of the Standard Form 1449. FAR 52.222-41 Services Contract Act; IAW NH Labor Standards Wage Determination No.: 2005-2339, Revision 6, Date Of Revision: 09/17/2007; Wage Determination No.: 2005-2257, Revision No.: 7, Date Of Revision: 03/07/2008; or Wage Determination No.: 2005-2339, Revision No.: 6, Date Of Revision: 09/17/2007 found at http://www.wdol.gov All Offer Representations and Certifications (Reps and Certs) should be provided in written format and provided with the proposal or accessible by this office in the ORCA database at https://orca.bpn.gov/. All offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR and Reps and Certs will make an offeror ineligible for award. Contact CCR at 1-888-352-9333 or visit ccr.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Delivery requirement: Installation to begin 30-60 days ARO. Contractor awarded this contract must have items delivered to their location and brought with them to the job site. The NH National Guard does not currently have space available for items to be delivered to the install locations. Quotes are due: 8:00 AM EST on Tuesday, 16 September 2008, via e-mail to joan.parent@us.army.mil or by fax to 603-225-1362. Late submissions will not be considered. Questions/comments and site visit scheduling in regards this RFQ should be sent via e-mail to joan.parent@us.army.mil, telephonic inquires will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=78b12abd988c14eb75866f6395830509&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minuteman Way Concord NH<br />
Zip Code: 03301-5652<br />
 
Record
SN01663030-W 20080910/080908221151-78b12abd988c14eb75866f6395830509 (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.