Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

59 -- A/V Equipment w/ Installation

Notice Date
4/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G5GA9034A001
 
Archive Date
4/30/2009
 
Point of Contact
Mona El Oueslati,, Phone: 702-652-3364
 
E-Mail Address
mona.eloueslati@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 5: The purpose of this Amendment is to make spelling/grammar changes and to ensure all the information listed below is consistent. NOTE: the room that shall have the ability to be partitioned and shall have the projector placed in it is Rm 178, NOT Rm 180. The close date for this solicitation is: 15 Apr 2009 at 12:00pm PDT. Amendment 4: Questions and Answers NOTE ** Radio Frequency will not be allowed in all rooms. ** Room 178 shall have the ability to be partitioned. The projector must be placed in the front half of the room (12 ft from the screen). ** Displays: One display on the front left wall connects to 3 desktops, 1 laptop (Everything is connected to a touch pannel control system). The other display on the back right wall shall be connected to a stand alone desktop. ** The attached document has also been modified. Any changes that have been made are marked in red. Below is a list of questions and answers regarding this solicitation: 1. Is there access above the ceiling in each room and what type of ceiling is in each room? ---Each room has a drop tile ceiling with access above the ceiling. 2. The solicitation states that vendors will provide the XVGA quote as an option. What are the two different options? ---The following two projectors shall be provided as options so that we can pick the type of projector: XGA (4:3) and WSXGA+ (16:9) 3. What is the model/part number of the KVM switch that will be provided by the government. ---Avocent Switchview SC4 UAD (DVI-D output) 4. Please specify the size of the matrix switcher, speakers, and rack. ---Matrix Switcher - needs to accommodate 4 video inputs. 4"speaker settings. The rack needs to be the minimal size necessary to fit the requirements. 5. What are the walls constructed of in each room? ---Drywall 6. What are the sources that are being displayed on the screens? (eg. 2 PCs, 1 DVD Player, 1 Hi8 player). ---3 PCs, 1 laptop. 7. Does Rm 178 contain the LCD's and Rm 179 contain the Plasmas? ---Yes (Plasmas in room 179, LCDs in 178) 8. Installation of two 42" displays is mentioned, and yet the part number provided (LN40A450C1D) is for a 40" display. Please Clarify. ---They are 40" not 42" 9. Installation of one 32" display is mentioned, and yet no part number is provided. Please provide the part number of the 32" display. ---The display is actually a 37" display part number - LN37A530P1F Amendment 2&3: The purpose of this amendment is to extend this solicitation in order to answer all the questions that have been asked regarding this acquisition. If you have any questions about this solicitation, please email them to mona.eloueslati@nellis.af.mil by 8 Apr 09, 3:00 P.M. PDT. All the answers and questions that were asked will be posted in Amendment 4 to this solicitation. This solicitation will close at 12:00 P.M. PDT on 15 Apr 09. Please email all quotes and/or quote revisions to mona.eloueslati@nellis.af.mil before the solicitation closes. Amendment 1: Amendment to the solicitation F3G5GA9034A001 (2 Apr 09 Site visit) Part Numbers for the displays that will be provided by the government but need to be installed: 50" Panasonic Part # TH-50PX80U 50" Samsung Part # LN52A550P3FXZA 40" Samsung Part # LN40A450C1D Background music system (BGM) will be installed that ties into one central location. System needs to have one individual volume controls for each room. This includes one speaker volume control panel in Rm 185, Rm 186 and Rm 179. Four speakers and two volume controls in Rm 180 and two speakers and two volume controls in Rm 178. Radio Frequency will not be allowed in all rooms. -------------------------------------------------------------------------- NOTE: Site visit is scheduled on 2 April 2009 at 9:00 am. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.. SOLICITATION #: F3G5GA9034A001 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 443112 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: $9.0M Nellis AFB, Las Vegas, NV requires a contract for: Purchase and Installation of Conference Room Audio/Visual Equipment. See attached parts list for description of items and installation requirements. There will be a site visit on 2 Apr 09 at 9:00 am. The site visit will take place at Nellis AFB, Nevada and we'll meet at the visitor center (intersection of Craig and Las Vegas Boulevard) 30 minutes prior for the issuance of visitor passes. Attendance is strongly recommended as pertinent information is exchanged during a site visit and minutes will not be posted. You should notify me of intent to attend the site visit no later than 30 Mar 09. Please respond by e-mail to eloisa.salvatera@nellis.af.mil and mona.eloueslati@nellis.af.mil if you have any questions or concerns. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 12, Commercial Items and FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-31 effective 19 Mar 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.247-34 - FOB Destination, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, and Email. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to eloisa.salvatera@nellis.af.mil and mona.eloueslati@nellis.af.mil no later than 15 Apr 09, 12:00 pm PDT. The anticipated award date will be by 17 Apr 09.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae23e0b50dbf8defc16bee1a54664440&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, NV, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01791819-W 20090415/090413220936-ae23e0b50dbf8defc16bee1a54664440 (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.