Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

70 -- Upgrade Projector and Video Processor for Auditorium

Notice Date
5/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-10-P-PROJECTOR
 
Response Due
5/16/2010
 
Archive Date
7/15/2010
 
Point of Contact
Monica E. Barrera, 575-678-1371
 
E-Mail Address
White Sands Missile Range DOC
(monica.e.barrera@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation for TRADOC-WSMR Auditorium Projector/Video Processors 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. The Directorate of the USA TRADOC Analysis Center at White Sands Missile Range has a requirement to upgrade its auditorium projector and video processors to improve the image quality and reduce maintenance actions. This solicitation is issued as a Request for Proposals (RFP) and the reference number is W9124Q-10-PROJECTORS. The Offeror must submit in accordance with the Statement of Work. Written proposals are required (oral offers will not be accepted). This is a Full and Open Competition. BRAND NAME OR EQUAL. SEND SPECS AND PICTURES WITH BID. Or Equal submissions must include sufficient information to allow a complete technical review. Or Equal proposals that do not include sufficient technical information will be considered non-responsive and will not be considered further for award. Also include NM Gross Receipts Tax and all delivery and installation charges. Please see attached Scope of Work for further details of the requirement. Technical Review will be looking at the equipment specifications and contractor responsibilities for compliance. Award shall be made to the most technically acceptable, low price proposal. All proposals will be evaluated based on technical, price, and delivery schedules. Technical element is more important than delivery or price. As proposals tend to become equal, price becomes more significant factor. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the Central Contractor Registration (http://www.ccr.gov/), as well as, Wide Area Work Flow (https://wawf.eb.mil/). The NAICS Code is 334119 and the size standard is 1,000 employees. Please include CAGE Code, DUNS, Tax Identification Number, FOB Destination, and Discount Terms. The items needed are: CLIN 0001: Video Conference Hardware with Documentation, Qty: 1; CLIN 0002: Equipment Installation, Integration and Training, Qty: 1; CLIN 0003: 1 Year Service Maintenance, Quantity: 12 months; OPTION CLIN 0004: Program Source Code & Design Drawings, Qty: 1. Equipment Specifications should include the following: PROJECTOR: Projector: Projection will be from a single 4K Sony SXRD projector with 10K Lumens reproducing images at 4K pixel resolution: 4096 H x 2160 V. The projector will have DVI inputs. Projector should include one full replacement set of lamps. The projector will require a short throw lens. PROCESSOR HARDWARE: The processor will support multiple computers and video inputs. It will support: DVI outputs fully compatible with the 4K Sony SXRT projectors, at a minimum 12 composite or S-Video inputs, at a minimum 6 RGB analog inputs, at a minimum 6 DVI inputs, and contain slots for possible future upgrades of video, RGB or DVI. PROCESSOR SOFTWARE CONTROL SYSTEM: The image processing will support displaying multiple source windows of video and computers. The interface control will provide full control of the target display configurations, source setup and selection, source window sizing and position, and recall of presets layouts. The processor will have an interface and be fully controllable from rear control room and next to the rack. The processor will have a serial interface for Crestron control. PROJECTOR FRAME AND MIRROR: The rear projection will need frame and mirror system that will properly project with minimal loss on the screen surface. The screen is 16.7 feet wide by 9 feet high. The projector frame and mirror system will need to fit within the 12 feet distance between the screen and back wall. Please see attached Scope of Work for further details of the requirement. Technical Review will be looking at the above listed Equipment Specifications and Contractor responsibilities for compliance. The Government reserves the right to look at other features and may make decision on overall best value to the Government. Submission of proposals must be in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items. Offerors shall electronically complete FAR 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. The following clauses and provisions are applicable to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), including: 52.203-6, 52.217-5 -- Evaluation of Options, 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13; FAR 52.211-6, Brand name or equal; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), including: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023; DFARS 252.212-7000, Offeror representations and certifications-Commercial items. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. Offers must be received no later than 16 May 10, 5:00 p.m. (MST) at the MICC-WSMR DOC, Bldg 143, 2nd Floor, Crozier St, WSMR, NM 88002. Offers may be sent by mail, fax, or electronically. The Point of Contact for this solicitation is Monica Barrera, monica.e.barrera@us.army.mil. Phone: 575-678-1371. Fax number is 575-678-4975.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/01ecdfdcebacea011e396874b82f50f1)
 
Place of Performance
Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02138645-W 20100505/100503234735-01ecdfdcebacea011e396874b82f50f1 (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.