Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

67 -- PROJECTOR

Notice Date
9/9/2008
 
Notice Type
Presolicitation
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700108Q0240
 
Response Due
9/12/2008
 
Archive Date
9/27/2008
 
Point of Contact
Coleman Scott 910-451-1535 Coleman Scott 910-451-3017<br />
 
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. The Solicitation Number is M67001-08-Q-0240 and is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008 and DFARS Change Notice (DCN) 20080423. The solicitation is 100% set-aside for all qualified small businesses. See Numbered Note 1. The associated North American Industrial Classification System (NAICS) code for this requirement is 423410. This solicitation is subject to the Service Contract Act of 1965, as Amended, unless statutory or other Administrative limitations, variations, tolerances, and exemptions appl! y per FAR 22.1003-3 and 22.1003-4. This requirement is for BRAND NAME only. To meet the small business size standard a concern's annual receipts must not average more than 100 employees for their latest three completed fiscal years. The Government intends to award a firm-fixed price, single award contract for the items identified in this solicitation. Line Item 0001: Video Projector, Manufacturer: Christie Digital, Model LX900 Video Projector, 9000 ANSI Lumens, LCD 3 X 4 1024 X 78 Resolution, Qty (1). Line Item 0002: Zoom Lens, For High Output Projector, Manufacturer: Christie Digital, Model 38-809837-52, Qty (1). Line Item 0003: Lamp, Manufacturer: Christie Digital, Model 003-120394-01, Qty (2). Line Item 0012: Fiber Optic Cable, Manufacturer: Dtrovision, Model OLC-050-PLENUM Fiber Optic DVI Cable, Qty (1). Line Item 0013: Adapter, Manufacturer: Chief MFG, Model RPM-XXX, Qty (1). Line Item 0014: Adapter Mount, Manufacturer: Chief MFG, Model CMA-110, Qty (1). Line Item 0017: Shelf, Manufacturer: Middle Atlantic, Model RSH-4A-SLVD380P, Qty (1). Line Item 0018: Video Projection Screen, Manufacturer: Draper, Model 116018QL, 3 X 4 Ratio Screen, 8.5 X 10 Ft, Qty (1). Line Item 0019: Mounting Hardware for Video Screen, Manufacturer: Draper, Model TWG, Qty (1). Line Item 0020: Controller, Manufacturer: Draper, Model TARGA, Low Voltage Controller For Large Screen, Qty (1). Line Item 0021: Keyboard, Manufacturer: Interlink, Model VP6241, Wireless Keyboard With Mouse For Rack Mount PC, Qty (1). Line Item 0022: USB Extender, Manufacturer: Gefen, Model USB2 Kit, Qty (1). Line Item 0027: Control System Processor, Manufacturer: Creston, Model PR02, Qty (1). Line Item 0028: Wired Touch Panel, Manufacturer: Creston, Model TPS-4LW, Qty (1). Line Item 0029: Volume Controller/Mixer, Manufacturer: Creston, Model C2NVEQ4, Qty (1). Line Item 0030: Rack, Manufacturer: Middle Atlantic, Model DWR-24-22PD, Equipment Rack, Wall Mounted 24RU, Qty (1). Line Item 0032: Installation Materials, Qty (1). Line Item 0033: Labor, Qty (1). Quote will be evaluated on a Lowest Priced Technically Acceptable Basis.Include Delivery and Warranty Information with Quote. Delivery: The Government desires delivery to Marine Corps Base, Camp Lejeune, NC, no later than thirty days after receipt of award. If delivery cannot be met, the Contractor shall state an alternate delivery date. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 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 of Executive Orders--Commercial Items to include, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.204-7 Central Contractor Registration, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests. These clauses can be found at! http: www.acquisition.gov/far/index.html. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The Offeror is required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database, FAR 252.232-7003 (DEC 2004). For WAWF-RA, visit their website at: http://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: www.ccr.dlsc.dla.mil. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact ! CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered in CCR prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Are Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is https://wawf.eb.mil. WAWF training can be accessed at http://www.wawftraining.com/. The point of contact for this requirement is Coleman Scott. Offeror(s) responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is September 12, 2008 not later than 1600 (4:00 PM) EST. Offeror is responsible to ensure submitted quote has been received and legible. ! Submit Quote to coleman.scott@usmc.mil or fax to (910) 451-2332.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=85d1dd79cf6f4b09be31741c78f5c5ae&tab=core&_cview=1)
 
Record
SN01664094-W 20080911/080909221117-de2cff236d7b7be334a8adc5faf5f01f (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.