Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

74 -- Audio Visual Equipment

Notice Date
4/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060409T0309
 
Response Due
4/17/2009
 
Archive Date
5/2/2009
 
Point of Contact
Elaine Carmody 808-473-7531
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-09-T-0309. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-32 and DFARS Change Notice 20090115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code ! is 443112 and the Small Business Standard is 9 million. This is a competitive, 100% Small Business set-aside. The Fleet and Industrial Supply Center, Pearl Harbor, Hawaii requests responses from qualified sources capable of providing: CLIN 00001: CHRISTIE Projector, DS+305W, 1-DLP, SXGA+, 3300 Lumens, with 1:1 Lens, Model No. 115-010101-01, quantity 21, CHRISTIE Projector DS+305, 1-DLP, SXGA+, 3300 Lumens, with 1.75-2.2:1 lens, Model No. 115-009101-01, quantity 3, PREMIER Universal Ceiling Mount Brackets, Model No. PDS-Plus, quantity 24, PREMIER Lateral Shift Adapter Brackets, Model No. PDS-Lat. Quantity 24, CHRISTIE Lamps, Model No. 003-120181-01, quantity 24, CHRISTIE Maintenance Kits, Model No. 003-001647-01, quantity 7. CLIN 00002: Installation to include a one (1) year service & labor warranty and a two (2) year equipment warranty. Please see below statement of work. On-site visits shall be at the contractor's expense. Delivery 11 May 2009 with installation within! 6 weeks; Delivery Location is Commander, US Pacific Command, Camp Smith, Hawaii.. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including, 52.203-3, 52.203-6, 52.219-4, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.222-50, 52.219-28. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7012, 252.225-7021, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024, 252.225-7035, 252.232-7010, 252.211-7003, 252.209-7001, 252.209-7001, 252.204-7003 UNIT PRICES (FISC PH - 13 April 2009) Contractor's unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as public record under FOIA. (Local Clause L003) REVIEW OF AGENCY PROTESTS (FISCPH - 13 April 2009) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCHPH), will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCHPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "Contracting Officer" or "Reviewing Official". (d) Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. (Local Clause L331) SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based onlocal time. To calculate your time in relation to US Central Time Zone, vendors mayvisit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. USPACOM NIMITZ-MCARTHUR PACIFIC COMMAND CENTER (NMPCC) HQ21PERFORMANCE WORK STATEMENT (PWS) Projection System Upgrade 1.0BACKGROUND1.1Commander, US Pacific Command (USPACOM) NMPCC HQ21 is a secured facility equipped with conference rooms capable of providing secure 24/7 video-telecommunication conference (VTC) services to the Commander and headquarters' support staff with other VTC facilities worldwide. The need to communicate a variety of formats, including briefings, conferences, and presentations, while accommodating both small and large participant groups in a reliable, secure environment is absolutely essential to meet the mission requirements of USPACOM. 1.2The existing LCD equipment no longer provides acceptable image quality levels and reliability required by USPACOM. Additionally, there has been a degradation of capability due to catastrophic equipment failures in the past year. It has been determined that it is in the Government's best interest to expeditiously replace vice repair the existing projection equipment. 1.3The proposed DLP projection equipment will provide improved resolution, processing and extended equipment life cycles and address the requirement for a reliable means of secure audio visual communications to USPACOM and its constituents, sub-ordinate commands, government representatives and dignitaries in carrying out its responsibilities in the Pacific region. 2.0 SCOPE/OBJECTIVES2.1SCOPE: USPACOM seeks a qualified Contractor to remove existing wall and ceiling mounted Sharp rear projection LCD projectors from seven (7) Directorate Conference Rooms (DCR) and replace them with a total of twenty-four (24) CHRISTIE Model DS+305 and DS+305W SXGA+ 3300 Lumen DLP Digital Projectors.2.2OBJECTIVES: Removal and replacement work includes providing the specified projection equipment, mounting hardware and labor to deliver, remove, install, restore, configure and testing for proper operations. The Government will provide access only to accomplish this work. All equipment required to remove and install shall be provided by the Contractor and shall be in accordance with applicable OSHA, building code and manufacturer's accepted guidelines and practices. Additionally, the Contractor shall provide an enhanced warranty plan, local service and technical support for the period of the contract, to ensure continuous projector performance. 3.0PERFORMANCE REQUIREMENTS3.1The Contractor shall perform all necessary tasks to remove existing installed equipment, and replace units with the Contractor supplied CHRISTIE projectors. Contractor shall provide all materials necessary to securely install projectors to the ceiling or wall as recommended by the equipment Manufacturer. The equipment location and equipment model to be installed is described in Attachment A, NMPCC Floor Plan and Specifications - available on site upon request to the government. a. The Contractor shall use existing electrical, data wiring and conduit to install new equipment.b. The Contractor shall repair any affected areas and restore surfaces as required to match existing paint color and texture.d. All existing projection screens currently installed in the rooms will be utilized by the Contractor. The Contractor shall take reasonable precautions to protect the projection screens from damage during the removal and installation of new projector units. Any damages that result from the Contractor's work shall be the responsibility of the Contractor. Repairs and/or replacement will be to the Government's satisfaction. e. Control cabling, to accommodate the Government's AMX control system shall be installed by the Contractor. All other existing Government Furnished Equipment (GFE) currently integrated in the AV system shall be reinstalled by the Contractor as required. f. Work in the Command Conference Room (CCR) consists of modifications only to existing GFE equipment. Sufficient access to existing projection lamps by Government personnel is to be accomplished by the Contractor by installation of custom hardware. Modifications shall permit the Government to access and change projection lamps without having to remove projection unit or disturb alignment of projection image. The Contractor shall re-align GFE equipment to existing rear mirror projection system after modifications are installed to restore projection image as required. 3.2The Contractor shall configure, properly align and test mounted units for proper operation and in accordance with OEM specifications. The Contractor shall notify the Technical Point-of-Contact (TPOC) to demonstrate that the new equipment operates and performs per Manufacturer's specifications. All manuals, warranty documentation and accessories will be turned over to the TPOC at this time.3.3The Contractor shall dispose of all material waste generated in paragraph 3.1, in accordance with local, State of Hawaii and Federal regulations. The Contractor shall palletize old projectors and turn equipment over to the TPOC for eventual processing at the Defense Material Reutilization Office (DMRO).3.4The TPOC will inspect the worksite(s) and will witness a demonstration of all installed equipment prior to approving payment for services rendered. The conference rooms shall be restored to as found condition that existed prior to start of contract work.3.5ENHANCED EQUIPMENT SUPPORT: The following requirements outline the level of support the Contractor shall provide to USPACOM:a. A One (1) Year Service & Labor Warranty to commence after acceptance of the equipment (paragraph 3.4). During this one year period the Contractor shall provide 24 hour, seven (7) days a week hardware trouble-shooting support via a telephone number provided by the Contractor.b. If the phone support is unable to resolve the issue to the satisfaction of the Technical Point-of-Contact (TPOC), the Contractor shall provide technician service on-site. The Contractor shall respond within six (6) working hours following receipt of a service call by the TPOC. Available working hours are defined as Monday through Friday, 8:30 AM to 4:30 PM, excluding weekends and Federal Holidays.c. If the equipment cannot be restored to operational status after 4 hours of on-site evaluation, trouble-shooting and repair, the Contractor shall remove and replace the equipment with another unit of equal or greater capabilities, features and performance provided by the OEM under their CDXchange program. The Contractor shall provide the replacement unit at no additional cost to the Government and shall provide the labor and materials required to install the replacement unit at no additional cost to the Government. The Contractor shall coordinate the installation of the replacement unit with the TPOC.d. All equipment hardware shall be covered by the Contractor's warranty service, except consumable items such as replaceable lamps, batteries and fuses, if any. e. A Two (2) Year Equipment Warranty on the Christie provided projectors, except the projector lamps, which shall be covered by a 120 day warranty. The Equipment Warranty shall include a two (2) year CDXchange program provided through the OEM. 4.0QUALITY ASSURANCE4.1Periodic Progress Meetings: The TPOC and/or other Government personnel, as appropriate, will meet periodically with the Contractor to review the Contractor's performance. At these meetings the TPOC will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government 5.0GOVERNMENT FURNISHED PROPERTY AND SERVICES5.1GENERAL: The Government will not provide any material, equipment, service or facilities to the Contractor besides access to Bldg 700.5.2UTILITIES: The Contractor may utilize existing facility electrical outlets to perform the work. However, the Contractor shall be responsible for any damages that may result from the operation of Contractor's equipment.5.3RECORDS, DOCUMENTS AND WORK PAPERS: The government will not provide technical information, technical reference manual and/or drawings of systems or equipment associated with the projector supplied beyond those included by the projector manufacturer and/or described in this PWS. 6.0CONTRACTOR QUALIFICATIONS6.1The Contractor shall be an authorized distributor of CHRISTIE projection systems and be OEM authorized to provide warranty repair and service for this PWS.6.2The Contractor shall provide factory trained or authorized technicians to install, service and/or repair equipment. 6.3The Contractor shall comply with applicable Department of Defense (DOD) directives, regulations, policies and procedures regarding work at Camp Smith, Hawaii. 6.4In accordance with current Department of Defense and Homeland Security requirements, performance of all work under this contract is restricted to US citizens and US nationals only. The Contractor shall provide proof of this requirement upon request of the TPOC. 6.5Security Requirements: This contract does not require a security clearance level and clearance granted by the Defense Security Service (DSS). Should contractor personnel receive or suspect they have learned of classified information beyond their level of clearance, the Contractor shall identify and immediately report suspicions to the COR.6.6Confidentiality: This project, all materials provided to the Contractor by the Government, test results, conclusions and recommendations obtained thereof from the Contractor shall be considered Government property. The information shall not be disclosed, copied, modified, used (except to fulfill contract requirements) or otherwise disseminated to any other person or entity at any time to include, but not limited to, inclusion in any database external to the Government without the Governments express consent. 7.0OTHER REQUIREMENTS7.1Place of Performance: NMPCC, Building 700, Camp Smith, Island of Oahu, Hawaii.7.2Period of Performance: A period of 60 calendar days from award of contract. All work by the Contractor to be performed during non-working hours, and will include evening and/or weekend work. The access to Bldg. 700 shall be coordinated with the TPOC. Contractors working hours shall be 1600-0600 hours. 8.0 POINTS OF CONTACT:8.1 Technical POC: David Mackenzie, HQ PACOM/J6428, 808-477-7834, email: David.Mackenzie@pacom.mil ATTACHMENT ANMPCC FLOOR PLAN AND EQUIPMENT SPECIFICATIONS 1.0 BUILDING FLOOR PLAN/LOCATION OF EXISTING EQUIPMENT1.1 Provided by the TPOC during on-site visit. 2.0ROOM LIST2.1DIRECTORATE CONFERENCE ROOM (DCR):2.1.1J1 Conference Roomthree (3) projectors ceiling mount 2.1.2J2 Conference Roomthree (3) projectors ceiling mount2.1.3J3 Conference Roomthree (3) projectors ceiling mount2.1.4J4 Conference Roomthree (3) projectors ceiling mount2.1.5J5 Conference Roomthree (3) projectors ceiling mount2.1.6J6 Conference Roomthree (3) projectors ceiling mount2.1.7JIATF Conference Roomthree (3) projectors ceiling mount 2.2BREAKOUT ROOM (BR):2.2.1PACOM BR1, Pitsenbargar Conference Roomone (1) projector, ceiling mount2.2.2PACOM BR2, Pililaau Conference Roomone (1) projector, ceiling mount2.2.3PACOM BR3, Anderson Conference Roomone (1) projector, ceiling mount 2.3COMMAND CONFERENCE ROOM (CCR):2.3.1Mounting Bracket custom modification ONLY, no replacement of existing equipment. 3.0EQUIPMENT LIST: 3.1Christie model DS+305Quantity: 21 EACH3.2Christie model DS+305WQuantity: 03 EACH3.3Mounting BracketQuantity: 24 EACH3.4Custom Mounting HardwareQuantity: 1 EACHMaterial modification of existing mount bracket to accommodate projector lamp access and servicing of unit in CCR.3.4Maintenance PackageQuantity: 01 EACHPackage consists of the following: twenty-four (24) EACH spare lamp for the projectors and seven (7) EACH projector maintenance kits. 3.5Projection Screens - Existing Government furnished equipment (GFE). Equipment shall remain in place. No replacement by the Contractor. This announcement will close on 17th April, 2009 at 10:00 AM Hawaii Standard Time. The contact is Elaine Carmody who can be reached at 808-473-7531 or email elaine.carmody @navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Award will be made to the offeror who submits the lowest price technically acceptable bid. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bed96b7e89ee060971135a2639795e42&tab=core&_cview=1)
 
Place of Performance
Address: Commander, US Pacific Command, Camp Smith, HI<br />
Zip Code: 96861<br />
 
Record
SN01792134-W 20090416/090414220413-417da61309119baffced5b4694030cf7 (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.