Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

70 -- VTC Studio Renovation Project

Notice Date
10/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
F3ST958191GC02
 
Response Due
11/18/2008 10:00:00 AM
 
Archive Date
12/3/2008
 
Point of Contact
Tara D Whitaker, Phone: 618-229-9485, Beverly L Jones,, Phone: 618-229-9689
 
E-Mail Address
Tara.Whitaker@disa.mil, beverly.jones@disa.mil
 
Small Business Set-Aside
N/A
 
Description
Referance #: F3ST958191GC02 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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 acquisition is for the purchase of a VTC Studio Renovation Project. Please see the attached Statement of Work and CLIN list for specfic tasks, expectations and deliverables. Period of performance is 4 months. Delivery is to USTRANSCOM at Scott AFB, IL. 62225. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of the OEM they chose to quote as this is brand name or equal. Only one award will be made for this requirement. You must provide pricing for all items in the request or your quote will not be accepted. A site survey is scheduled for Nov. 5, 2008. You must contact me with your interest to participate. All quotes are due NLT 18 Nov 2008, 10am CST. Questions will be accepted until 11 Nov 2008, 3pm CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ PRICING FOR ALL LINE ITEMS IS REQUIRED. ITEM # DESCRIPTION QTY UNIT Request brand name or equal products from only original manufacturers or authorized resellers. 1 LCD Monitor (Planar Part No. M46L-V) 2 Each 2 Tandberg 6000 MXP CODEC (Tandberg Part No. 115900) 2 Each 3 1 yr customer core services (Tandberg Part No. 115900V31D) 2 Each 4 Natural Presenter Package (Tandberg Part No. 113823NPP) 2 Each 5 Multisite Option (Tandberg Part No. 113823MS) 2 Each 6 2 Mbps ISDN/EXT 6 Mbps IP (Tandberg Part No. 1138563) 2 Each 7 HD Camera integrator package (Tandberg Part No. 115920V01D) 1 Each 8 SVCR JVC Professional (JVC Part No. SR-V101US) 1 Each 9 HD DVD/Blu-ray player (Denon Part No. DVD-3800BDCI) 1 Each 10 Document Camera SXGA (Part No. HV-7100SX) 1 Each 11 DVD recorder (Toshiba Part No. D-R410) 1 Each 12 Stereo Amplifier QSC (Stereo Amplifier Part No. CS302) 1 Each 13 Modular Fiber Optic Frame (Extron Part No. 60878-01) 1 Each 14 Fiber Matrix I/O Board (Extron Part No. 70-649-01) 2 Each 15 Fox 500 RX (Extron Part No. 60-859-21) 4 Each 16 Fox 500 TX pair DVI (Extron Part No. 60-859-11) 6 Each 17 Fox 500 TX/RX pair RGB (Extron Part No. 60-746-01) 5 Each 18 Audio Processor ClearOne XAP-800 (ClearOne Part No. 910-151-101) 2 Each 19 Telephone Hybrid ClearOne TH2 (ClearOne Part No. 910-151-301) 1 Each 20 Table Microphones Crown (Crown Part No. PCC 170SW) 7 Each 21 8 Ch Amp Crown (Crown Part No. CTS8200) 1 Each 22 S-Video to RGB Scaler Extron IN1502 (Part No. 60-726-01) 2 Each 23 VGA to RGB Converter (Part No. 60-289-01) 4 Each 24 Crestron Pro2 Control Processor (Crestron Part No. Pro2) 1 Each 25 Ethernet Interface (Crestron Part No. C2ENET-2) 1 Each 26 Volume Control Board (Crestron Part No. C2VEQ-4) 3 Each 27 IR Interface (Crestron Part No. C2IR-8) 4 Each 28 15 Button Wireless Remote (Crestron Part No. CNRF15A) 1 Each 29 1-Way Wireless Remote Interface (Crestron Part No. CNRFGWA) 1 Each 30 Mouse/Keyboard Interface (Crestron Part No. CNMK) 2 Each 31 Tilt Touchpanel 10" (Crestron Part No. TPS-4000) 2 Each 32 Power Sequencer/Conditioner Furman (Part No. PS-Pro 20 Amp) 1 Each 33 Surround R-H 2 Each 34 Cables, Connectors, and misc. hw total 1 Each 35 Installation /manhour * 320 Hours 36 Training and JITC Testing 1 Each 37 System Programming * 128 Hours 38 One Year On-Site Warranty for Hardware 1 Each Total * Hourly burn rate to include travel The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c7407d37341ca532c9f328f3d1afaac&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 1900, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN01696905-W 20081029/081027215148-2c7407d37341ca532c9f328f3d1afaac (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.