Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

70 -- Provide Audio/Video Matrix Switcher and install. Must be compatible with existing equipment.

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-09-T-0048
 
Response Due
7/27/2009
 
Archive Date
9/25/2009
 
Point of Contact
Jane Swafford, (615) 313-0530<br />
 
E-Mail Address
USPFO for Tennessee
(jane.swafford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Request for Quote Number W912L7-09-T-0047 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The Tennessee Army National Guard has the following requirements. This requirement is being advertised unrestricted; the North American Industry Classification System (NAICS) code is 238210. All offers, shall be considered by this Agency. The following Federal Acquisition clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Sep 2006); Offerors shall provide a completed copy of the provision at FAR 52.212-3. Offeror Representations and Certifications Commercial Items, with its quote; FAR 52.212-4, Contract Terms and Conditions (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2007); 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (MAR 2007) 52.203-5, (APR 1984) Covenant Against Contingent Fees; 52.203-7 (JUL 1995) Anti-Kickback Procedures; 52.232-1 (APR 1984) Payments; 52.243-1 (AUG 1996) Protest After Award; 52.243-1 (AUG 1987) Changes Fixed Price; 52.222-41 (NOV 2007); FAR 52.249-4 Termination for Convenience; All clauses can be viewed on the Federal Acquisition Regulation website: http://farsite.hill.af.mil/vffara.htm, or https://orca/bpn/gov/cert/. Quotes shall contain the following salient characteristics to be considered technically acceptable for this requirement; salient characteristics found below in Statement of Work. Please provide Dunn and Bradstreet Number (DUNS), Federal tax identification number and CAGE Code; the vendors Offeror Representations and Certifications (ORCA) shall be completed at https://orca.abpn.gov/ prior to submission of quote. Please submit signed and dated quotes with unit prices, unit total prices, and delivery direct to Nashville, Tennessee, estimated time of performance and total offer amount. All offers must be submitted no later than 4:00 PM CDT on 27 JULY 2009. Offers are to be emailed to jane.swafford@us.army.mil or fax to (615) 313-2659. See following statement of work. Project: Tennessee National Guard Headquarters - AudiolVideo Matrix Switcher Replacement. Statement of Work Project Overview: The Tennessee National Guard Headquarters building has several conference rooms, equipped to provide various levels ofpresentation support. This project is to replace a piece of equipment that was lost due to an Act of Nature. Site Visit. A site visit is not required for this project since only one piece of equipment will be installed in the exact location the old equipment is currently installed. I) Provide and Install an AudiolVideo Matrix Switcher. This switcher will have the following salient characteristics o Comparable to EXTRON's discontinued Crosspoint 300 series, Wideband Matrix switcher with ADSP o At least 12 inputs for audio and video o At least 3 outputs for audio and video o 110VACpower 2) Provide and install any necessary mounting brackets for proper installation. The equipment will be placed in a standard 19 inch equipment rack. 3) Provide and install any necessary programming changes to the Control System for the equipment to be fully operational. 4) Provide and install any necessary cabling, hardware, or equipment not listed above to ensure proper operation once project is completed. 5) Provide on-site rigorous testing of the system before completion of the project. 6) Provide any necessary training to essential operating personnel before completion of the project. 7) Vendor shall offer at least one 1) year warranty for all parts and labor. 8) The Government desires completion ofthis project within forty-five (45) days after contract is awarded, 9) Vendors should have recent and relevant past performance. Recent is defined as having performed this type of work within the past two (2) years. Relevant is defined as having performed multimedia presentation system installations of at least Eighty Percent (80%) of the dollar value ofthe vendor's proposal. 10) After contract is awarded, Work on the project must begin before 31 August 2009.. Proposals. Vendors shall submit two (2) proposals in response to this solicitation: a pricing proposal and a technical proposal. 1) Pricing proposal shall consist of an itemized list of all parts and labor proposed for the project as well as the total cost. 2) Technical proposals shall consist of the following: o A list of all parts identified by brand name, model number and quantity that shall be installed for this project. o A maintenance plan evidencing the vendor's ability to respond within the required time frame specified by the customer. This is typically 24 hour notice. o The Vendor's proposed warranty o The vendor's proposed installation schedule o A list ofall recent and relevant past performance. Evaluation. Responses to this solicitation shall be evaluated In Accordance With (lAW) the Federal Acquisition Regulation (FAR) subpart 8.4. In addition to price, the following factors shall be evaluated: past performance, special features of the supply or service required for effective program performance, warranty considerations, maintemaintenance availability and delivery and installation terms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-09-T-0048/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN<br />
Zip Code: 37204-0748<br />
 
Record
SN01884426-W 20090724/090723000530-6c2636fba50c5ee41e515ef6eb967a63 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.