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 -- Audio Video Presentation System Equipment Purchase and Installation with VTC

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-08-T-0078
 
Response Due
9/17/2008
 
Archive Date
11/16/2008
 
Point of Contact
Paul E. Frailey, 435-831-2587<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: Process Monitoring System 0001 Qty = (1) Installation of CTB System. The Contractor shall install all equipment associated with this requirement to the full functionality of that equipment. Equipment shall be installed in the new administrative building located in Ditto Area, Dugway Proving Ground, Dugway, UT. System shall incorporate Equipment listed in CLINS 0004 - 0020. Installation bid in this CLIN shall be fully burdened to include Time, Travel, Equipment, Parts, Lodging, etc. IAC with FAR 52.204-4000. SEE BELOW FOR ADDITIONAL DETAILS. PLEASE BID HERE $_____________. 0002 Qty = (1) The Contractor shall install all equipment associated with this requirement to the full functionality of that equipment. Equipment shall be installed in building 2029, Ditto Area, Dugway Proving Ground, Dugway, UT. System. Installation shall incorporate hardware listed in CLINS 0022 - 0035. Installation bid in this CLIN shall be fully burdened to include Time, Travel, Equipment, Parts, Lodging, etc. IAC with FAR 52.204-4000. SEE CLAUSE SECTION FOR ADDITIONAL DETAILS. PLEASE BID HERE $____________. 0003 Qty = (1) Contractor shall test system for full functionality and provide a minumum of 2 days training for test center employees. This CLIN shall be associted with cost to accomplsh tasks associated for equipment to be located in BLDG 2029 andn CLINS 0004-0020. SEE CLAUSE SECTION FOR ADDITIONAL DETAILS. PLEASE BID HERE $____________. 0004 Qty = (1) Projector System. Brand Name or Equal to Christie LW300 WXGA. Minimum 3000 lumens. PLEASE BID HERE $____________. 0005 Qty = (1) Standard Lens 1.8 - 2.4:1 Zoom. Must be compatible w/ projector in CLIN 0004. PLEASE BID HERE $____________. 0006 Qty = (1) Ceiling Mount. Must be compatible with projector in CLIN 0004. PLEASE BID HERE $____________. 0007 Qty = (1) Brand Name or Equal to Da-Lite 92581 Cosmopolitan Electrol Screen HDTV Format Size 65in x 116in - 133in Diagonal, HC Matte White Surface, 110V AC Input Voltage, 60Hz Frequency, 1.4 Amp, White Color, 21-gauge steel Material. Shall be installed and wired to wall switch and incorporated in system installation priced in CLIN 0001. PLEASE BID HERE $____________. 0008 Qty = (4) Brand Name or Equal to JBL Control 24C. w/ trans. Grill and mounting back can. PLEASE BID HERE $____________. 0009 Qty = (1) Brand Name or Equal to Peavy Un 10 compact mixer. Mic preamps with 0.0007% THD. Shall Includes three-band EQ, effects send and monitor send on each channel, six mono and two stereo channels, total of eight inputs. The master section shall include 48 volt power, built-in digital effects, effects send and return, assignable tape input and master contour.en the mix. Dual XLR and 1/4 inch outputs. PLEASE BID HERE $____________. 0010 Qty = (2) Monitor Speakers. Shall be white in color. Brand Name or Equal to MCM part # 80-493. PLEASE BID HERE $____________. 0011 Qty = (2) Wall mount Kits. Must be compatible with speakers in CLIN 0010. PLEASE BID HERE $____________. 0012 Qty = (1) Table top, wired, touch panel controller. Brand Name or Equal to Crestron TPS-1700. Shall have min of 5.7 in active matrix touchscreen and optional pushbuttons. PLEASE BID HERE $____________. 0013 Qty = (1) Univeral Presentation Processor. Brand name or Equal to Crestron UPX-2. PLEASE BID HERE $____________. 0014 Qty = (1) Relay for Screen Control. PLEASE BID HERE $____________. 0015 Qty = (1) 20 space (35in), 18in deep black rack. Brand name or equal to Mid Atlantic BRK20. PLEASE BID HERE $____________. 0016 Qty = (1) Brand Name or Equal to Sony DVD/VCR Combo Unit SLVD370P. Progressive scan, Hi-Fi VHS VCR with Fast Rewind, TV Virtual Surround Sound, auto head cleaner. Playback Formats: CD-R, CD-RW, DVD-R, MP3, DVD-RW, DVD-Video, DVD+R, DVD+RW, JPEG, VHS Cassette, WMA; Digital Audio Output: Coaxial digital Pin Jack, LINE Pin Jacks; Video Output: Coaxial digital Pin Jack, LINE Pin Jacks; Number of Heads: 4. PLEASE BID HERE $____________. 0017 Qty = (3) Lot, Wire, Connectors, Cables and all miscellaneous hardware necessary for installation. PLEASE BID HERE $____________. 0018 Qty = (3) 47 Inch 1080p LCD HDTV. Brand Name or equa to Olevia 47 inch 1080P. PLEASE BID HERE $____________. 0019 Qty = (1) 4 X 4 VGA/XGA Audio Matrix Switcher. Brand name or equal to Kramer VP-4X4. PLEASE BID HERE $____________. 0020 Qty = (1) 4 X 4 Video/S-Video/Audio Matrix Switcher. Brand name or equal to KRAMER VS-4X4YC. PLEASE BID HERE $____________. 0021 Qty = (1) Contractor shall provide a minimum of 2 days to stage and train Dugway Proving Ground employees on operation of system. This CLIN is for support of CLINS 0022-0035 and Shall be FULLY BURDENED as per FAR 52.204-4000 and include all travel, time, parts, lodging, etc. SEE CLAUSE SECTION FOR ADDITIONAL DETAILS. PLEASE BID HERE $____________. 0022 Qty = (1) Projector. Brand Name or Equal to Christie LX-500 5000 LUMEN LCD projector. PLEASE BID HERE $____________. 0023 Qty = (1) Standard Projector Lens. 1.6-2.3:1 Zoom compatible w/ projector requirement in CLIN 0001. PLEASE BID HERE $____________. 0024 Qty = (1) Projector Ceiling Mount. Shall be compatible w/ with Projector in CLIN 000X PLEASE BID HERE $____________. 0025 Qty = (2) Video Display Monitor. Minimum 40in LCD. Brand Name or Equal to Samsung 400P. PLEASE BID HERE $____________. 0026 Qty = (1) Brand Name or Equal to MCM 24CT. PLEASE BID HERE $____________. 0027 Qty = (1) Swing arm articulating wall mount for video monitor. PLEASE BID HERE $____________. 0028 Qty = (1) Brand Name or Equal to SONY SLVD370P. See details in CLIN 0016. PLEASE BID HERE $____________. 0029 Qty = (1) Brand Name or Equal to Peavy UM 10. Two Channel Amp. PLEASE BID HERE $____________. 0030 Qty = (1) 4 X 4 VGA/XGA Audio matrix Switcher. Brand name or equal to Kramer VP-4X4. PLEASE BID HERE $____________. 0031 Qty = (1) 4 X 4 S-Video and Balanced Sterio Audio matrix Switcher. Brand Name or Equal to Kramer VS-4X4YCXL. PLEASE BID HERE $____________. 0032 Qty = (1) Compact Control System. Audio/Video switcher and digital audio processor. Brand name or equal to CRESTRON MP2. PLEASE BID HERE $____________. 0033 Qty = (1) Dual RS-232 Com Module. Brand name or equal to Cresnet ST-COM. PLEASE BID HERE $____________. 0034 Qty = (1) Advanced Touch panel control system. Min 6.4in touch panel screen. Brand Name or equal to Crestron TPS-3000. PLEASE BID HERE $____________. 0035 -PERSONNEL REPORTING SYSTEM: Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within Section C of this document. DO NOT BID ON THIS LINE ITEM: Additional Instructions Current presentation systems in all areas of Dugway Proving Grounds, Dugway, Utah utilize a standard Polycom Video Teleconferencing system. Contractor shall not interfere with the current functionality of the VTC systems involved with this requirement but is expected to install new equipment listed in this requirement to interact and be functional with any existing VTC equipment in any of the presentation rooms. All controllers must manage the input signals from the VTC to include audio and video and incorporate them into the output systems installed by this requirement. Contractor shall work with Dugway Proving Ground, Dugway, Utah Directorate of Information Management (DOIM) personnel to insure that all VTC hardware and setup is compatible with existing equipment and operation. Information regarding compatibility shall be available to the contractor upon request to the Contract Specialist, Paul Frailey @ paul.frailey@us.army.mil. BIDDER shall price CLINS associated with installation, setup, staging and training with their associated building locations. SEE CLIN listings to see CLIN schedule for each of two buildings. CTB and 2029. CTB has associated install/setup CLINS: 0001, 0003. HARDWARE/EQUIPMENT FOR CTB are in CLINS 0004 0020. 2029 has associated install/setup CLINS: 0002, 0021.. HARDWARE/EQUIPMENT FOR BLDG 2029 are in CLINS 0021 0035. NOTE: Please include shipping in the unit costs. Quotes must show FOB DESTINATION. Also, down payments or partial payments will not be paid. Payments are net 30 upon inspection and acceptance. Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this item @ 435-831-2587. email address paul.frailey@us.army.mil This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments equirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-08-T-0078. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 238210 w/ small business size standard $13 million applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.000-4949 Contractor Access to Dugway Proving Grounds. FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation:. 52.219-28, 52.222-3, 52.222-19, 52.222-50, FAR 52.219-6, 52.222-42, 52.222-51, FAR 52.232-33; The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.211-7003, DFARS 252.232-7010, DFARS 252.225-7001, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Don Jarvis Bldg 5464, Dugway, Ut. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; 52.223-4001 OSHA Standards and Identification of Contractor Employees. All quotes/proposals must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format or Mailed to US Army Contracting Agency/Dugway, Attn Paul Frailey, P.O. Box 538 SFCA-NR-DW, Dugway Proving Ground, Ut. 84022-5000. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Wednesday, 17 September, 2007.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=161f525c82889c7dd4e02f31ee446f36&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
Zip Code: 84022-5000<br />
 
Record
SN01664367-W 20080911/080909221725-161f525c82889c7dd4e02f31ee446f36 (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.