Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

59 -- PROJECTORS AND ACCESSORIES - ATTACHMENTS TO SOLICITATION

Notice Date
3/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002893516603
 
Archive Date
4/10/2010
 
Point of Contact
Leila S. Miller, Phone: (951) 413-2402, KAREN NEWLANDER, Phone: 951-413-2303
 
E-Mail Address
leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL
(leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL)
 
Small Business Set-Aside
N/A
 
Description
SCREEN SIZE DISTANCES SALIENT CHARACTERISTICS SCHEDULE OF PRICES 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; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002893516603 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective 10 Dec 2009 and DFARS Change Notice 20100224. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334310; small business size standard is 750 employees. (b)Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (i)Quoters may use the attached price schedule for their price quotes or use their own forms as long as the line item numbers correlates with this solicitation CLINs. (ii)PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (iii) PRODUCT DEMONSTRATIONS: Product Demonstrations will be held the following week after the closing date of this solicitation. All vendors responding to this solicitation will be notified by the contracting office, after the response date to this solication, either via phone or email to schedule for the Product Demonstrations that will be held at Defense Information School (DINFOS), 6500 Mapes Road, Fort George Meade, MD 20755-5620. Where vendors proposed the same equipment as other vendors, the Government shall select one vendor to perform the product demonstration. The rating assigned to such product demonstratioin will then be given to the other vendors proposing the same equipment. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a): (i)This is a Best Value competition. The Government may select a proposal for award that is not the lowest in price if the technical and product demonstrations indicate it is sufficiently more advantageous as to justify the payment of a higher price. (ii)The evaluation factors in descending order of importance are Technical, Product Demonstration, and Price. The Technical and Product Demonstration criteria when combined are significantly more important than Price. (iii)Evaluations of the three major factors will be based on the following: a.Technical: To be acceptable proposed products must meet or exceed the salient characteristics and products specifications as specified in this solicitation. b.Product Demonstration: Extent to which the proposed products demonstrates the ease of use, viewability from all seats in the classrooms, conformance with dimensions of the ceiling mounts, motion and still video quality (using media provided by DINFOS), and the quality of computer text and graphics displayed (computer and software for evaluation provided by DINFOS). c.Price will be evaluated for reasonableness and realism in accordance with FAR 15.305(a)(1). Price will not be rated. (3)This is a Brand Name or Equal Items procurement. Vendors quoting equivalent items must provide specifications of equal items and must meet or exceed technical specifications and the salient characteristics as specified in the attachments. Vendors quoting equivalent items for the projectors must also proposed required accessories (as specified in this solicitation) that shall work or interface with the proposed projectors. This includes, but is not limited to, appropriate lenses for each room in which the projectors are to be installed (as evaluated by the screen sizes and distances included in the solicitation). Projector mounts will not be moved to accommodate the standard throw distance of the lens included with the equivalent projector. (4)QUOTE MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 26 MAR 2010 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 95 EACH Unit Price: Total Amount: P/N: XG-C455W (or Equal) Mfr: Sharp Electronics Description: PROJECTOR BRIGHTNESS 4000 ANSI LUMENS; CONTRAST RATIO 450:1; DISPLAY RESOLUTION (NATIVE) WXGA (1280 X 800); DTV/HDTV COMPATIBILITY 480I/480P/540P/576I/576P/720P/1035I/1080I; NATIVE ASPECT RATIO 16:10; VIDEO CIRCUITRY INTERLACED/PROGRESSIVE SCAN; VIDEO SYSTEM NTSC/PAL/SECAM - INTERLACED OR PROGRESSIVE SCAN; AUDIO SYSTEM 2 WATT MONAURAL; DISPLAY DEVICE 3 - 0.74 POLYSILICON TFT LCD WITH MLA MICRO LENS ARRAY; COMPATIBILITY COMPUTER COMPATIBILITY: PC, MAC. VIDEO COMPATIBILITY (DTV/HDTV): 480I, 480P, 540P, 576I, 576P, 720P, 1080I, 1080P WITH 4:3 AND 16:9 ASPECT RATIOS; MAC COMPATIBILITY 21 UP TO 1152 X 870 WITH IMAGEACE RESIZING; RESOLUTION CAPABILITY UXGA ANALOG RGB (1600 X 1200) WITH IMAGEACE RESIZING; LENS TYPE RECESSED 1.2:1 MANUAL ZOOM/ FOCUS (F=1.7-1.9, F = 28- 33.6MM, ZOOM RATIO: 1.2X, THROW RATIO: 1.8-2.1); LAMP 275 WATT AC TYPE, END-USER REPLACEABLE. PART # AN-C430LP OR AN-C430LP/1. EST LAMP LIFE: 2000 HOURS (STANDARD MODE), 3000 HOURS (ECO AND QUIET MODE); UNIQUE FEATURES WXGA (1280 X 800) NATIVE RESOLUTION; 3-LCD TECHNOLOGY; TWO 15-PIN RGB INPUTS; FOUR DISCRETE STEREO AUDIO INPUTS, PLUS VARIABLE AUDIO LINE-OUT; ULTRA-QUIET OPERATION (AS LOW AS 31 DB IN LOW POWER ECO AND QUIET MODE); RJ-45 LAN TERMINAL; EXTENSIVE SECURITY AND THEFT DETERRENT FEATURES; UNIQUE FRONT TILT LEVELER; DIRECT POWER ON AND OFF; INCLUDED ACCESSORIES WIRELESS REMOTE CONTROL; 10' RGB SIGNAL CABLE; 6' GROUNDED AC CORD; LENS CAP; LENS CAP STRAP; CD-ROM MANUAL; TWO AA BATTERIES; DIN TO D-SUB RS-232C ADAPTER; SOFT-SIDED STORAGE BAG; POWER SOURCE 100V-240V AC, 50/60HZ; DIMENSIONS 12.8 W X 4.0 H X 11.0 D; 10.8 LBS. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0002 QTY: 65 EACH Unit Price: Total Amount: P/N: AN-C12MZ (or Equal) Mfr: Sharp Electronics Description: LENS WIDE-ANGLE ZOOM PROJECTION LENS 1.15X; FOCAL LENGTH 24.5 TO 30.7 MM; F/STOP /2.2 TO 2.7. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0003 QTY: 10 EACH Unit Price: Total Amount: P/N: AN-C18MZ (or Equal) Mfr: Sharp Electronics Description: LENS TELEPHOTO ZOOM PROJECTION LENS; FOCAL LENGTH 36.5 TO 46.3 MM; F/STOP /1.7 TO 2.2; SCREEN SIZE 40 TO 250 (102 TO 635 CM); PROJECTION DISTANCE 5.9 TO 47' (1.8 TO 14.4 M). OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0004 QTY: 40 EACH Unit Price: Total Amount: P/N: NP500WS (or Equal) Mfr: NEC America Description: PROJECTOR BRIGHTNESS 2100 ANSI LUMENS; CONTRAST RATIO 600:1; DISPLAY 0.59 POLYSILICON ACTIVE MATRIX TFT LCD X 3; RESOLUTION WXGA (1280 X 800) UXGA (1600 X 1200); VIDEO COMPATIBILITY NTSC, NTSC 4.43, PAL, PAL-M, PAL-N, PAL 60, SECAM, HDTV (480I, 480P, 576I, 576P, 720P, 1080I); LENS F = 2.3F = 9.7MM; INPUTS 1 X DVI-I1 X RCA VIDEO 1 X RGB D-SUB 15PIN 1 X S-VIDEO 2 X RCA AUDIO 2 X STEREO MINI JACK; AUDIO 1 X 7W MONO SPEAKER; LAMP TYPE 230W; INCLUDED ITEMS: CARRY CASE CARRYING HANDLE REMOTE CONTROL BATTERIES POWER CORD RGB SIGNAL CABLE LENS CAP USER MANUAL CD-ROM QUICK START GUIDE PRODUCT REGISTRATION CARD DVI-I/VGA ADAPTER; THROW RATIO 0.74:1; OPTICAL ZOOM 1.2:1; 12.1IN. X 5.4IN. X 11.9IN.; 7.3 LBS.; 100 240 V / 50 60 HZ. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0005 QTY: 115 EACH Unit Price: Total Amount: P/N: SLBU (or Equal) Mfr: Chief Manufacturing Description: MOUNT ADAPTER UNIVERSAL INTERFACE BRACKET FOR USE WITH THE CHIEF SL150, SL236FD AND SL236SP SMART-LIFT AUTOMATED PROJECTOR MOUNTS. IT CAN ALSO BE USED FOR THOSE WHO WANT TO RECONFIGURE THEIR EXISTING RPA OR RPM PROJECTOR MOUNT FOR A DIFFERENT PROJECTOR. INCLUDES BRACKET, THUMBNUTS, SCREWS, AND ALL-POINTS SECURITY KIT; IT CAN ALSO BE USED FOR THOSE WHO WANT TO RECONFIGURE THEIR EXISTING RPA OR RPM PROJECTOR MOUNT FOR A DIFFERENT PROJECTOR. INCLUDES BRACKET, THUMBNUTS, SCREWS, AND ALL-POINTS SECURITY KIT. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0006 QTY: 15 EACH Unit Price: Total Amount: P/N: CMS-018024 (or Equal) Mfr: Chief Manufacturing Description: ADJUSTABLE EXTENSION COLUMN THREADED ON BOTH ENDS; 18-24 (45.7-60.9CM) ADJUSTABLE EXTENSION COLUMN THAT CAN BE USED WITH ANY 1.5 NPT ACCESSORY TO LOWER A PROJECTOR OR FLAT PANEL DISPLAY TO A DESIRED HEIGHT. INCLUDES A CONTINUOUSLY ADJUSTABLE NOTCH FOR LENGTH CHANGES (1 INCREMENTS) WITHOUT DISASSEMBLY, ALUMINUM CONSTRUCTION FOR FAST AND EASY INSTALLATION, AND FLOW-THROUGH CABLE MANAGEMENT WITH AN INTEGRATED PORT FOR ROUTING CABLES. SUPPORTS UP TO 500 POUNDS; ALUMINUM CONSTRUCTION; FLOW-THROUGH CABLE MANAGEMENT WITH AN INTEGRATED PORT ON ONE END FOR ROUTING CABLES. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0007 QTY: 20 EACH Unit Price: Total Amount: P/N: CMA450 (or Equal) Mfr: Chief Manufacturing Description: CEILING MOUNT SUSPENDED CEILING KIT WITH 9 MOUNTING POSITIONS IS DESIGNED TO SIT UNSEEN ABOVE YOUR SUSPENDED CEILING, CREATING A CLEAN, ATTRACTIVE APPEARANCE FOR YOUR PROJECTOR INSTALLATION; SECURED BY SAFETY WIRE TO THE CEILING STRUCTURE. THE KIT FEATURES NINE MOUNTING HOLE POSITIONS WITH THREADED ENDS THAT ACCEPT A 1- 1/2 NPT EXTENSION COLUMN, OFFERING GREAT FLEXIBILITY FOR MOUNTING. THE CMA-450 COMES WITH A 10' SAFETY CABLE, 20' STRAND WIRE, TWO OUTLET KNOCKOUTS, FOUR TURNBUCKLES, WOOD EYE BOLTS, CONCRETE ANCHORS AND CHROME FINISHING RING. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6. CLIN 0008 QTY: 20 EACH Unit Price: Total Amount: P/N: NP07LP (or Equal) Mfr: NEC America Description: LAMP REPLACEMENT LAMP FOR NEC NP400, NP500 AND NP600 PROJECTORS. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 CLIN 0009 QTY: 35 EACH Unit Price: Total Amount: P/N: AN-C430LP (or Equal) Mfr: Sharp Electronics Description: LAMP REPLACEMENT LAMP FOR SHARP XG-C465/455/435/430/355/ 335/330 PROJECTORS. OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 The Government will consider quotes only from “authorized resellers” of equipment manufacturers. GSA or OPEN MARKET prices will be considered. The contractor must bid on ALL items and must be quoted FOB destination NOT LATER 31 AUG 2010 to Fort Meade, MD. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.211-6 (Brand Name or Equal) (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002893516603/listing.html)
 
Place of Performance
Address: DEFENSE INFORMATION SCHOOL, 6500 MAPES ROAD, LOGISTICS DIVISION ROOM 1212, FORT GEORGE MEADE, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN02090290-W 20100313/100311235605-fb4d4a1e6a96a2671254bc46006c1f6f (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.