Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

59 -- Audio Visual Equipment - Statement of Work

Notice Date
6/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0410160A001
 
Archive Date
7/27/2010
 
Point of Contact
Misty Wilcox, Phone: 7074247744, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
Misty.Wilcox@Travis.af.mil, elizabeth.squires@travis.af.mil
(Misty.Wilcox@Travis.af.mil, elizabeth.squires@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Travis AFB intends to award a brand name or equal purchase order for Audio Visual Equipment for Travis AFB. This is a posting 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 solicitation number is F3Z0410160A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, effective 16 June 2010, DCN 20100623, and AFAC 2010-0402. This acquisition will be solicited as unrestricted. The North American Industry Classification System (NAICS) code is 334310. The business size standard is 750 employees. The Federal Supply Class (FSC) is 6730. The Standard Industrial Classification (SIC) is 3651. Requirement Description: Brand Name or Equal 0001- Digital Projection 105-489A single-chip DLP projector. Ultra quiet and compact (not exceeding 9.5 in (L) x 11 in (W) x 3.8 in (H)). 2500 ANSI Lumens, native SXGA+ of 1400 x 1050 pixels resolution, native 2500:1 contrast ratio, full 10-bit deinterlacer with integral scaler, 10-bit color resolution. Inputs: VGA/analog RGB D Sub (15-pin), DVI-D, component video RCA x 3, S-Video 4-pin mini DIN, composite video RCA and HDMI, USB for mouse and firmware upgrade, RS232 9-pin D sub, RJ45 LAN for control, and audio/speaker input stereo mini jack. Lens shift: +.5 frame vertical,.0 frame horizontal. 4000 lamp hours (economy), 2000 lamp hours (normal). 2 years parts and labor warranty. 0002- Chief RPMA034 ceiling mount. Custom interface bracket for specific projector model. Keyed locking mount. Quick connect/disconnect for convenient lamp and filter access. Cable management without additional accessories. Weight capacity: 50 lbs. 0003- Chief PIPE ceiling mount pole. Custom length pole to securely attach ceiling mount to above building structure. Length to be determined by contractor during installation. 0004- Sharp LC-52LE820UN LCD flat panel display. 52" diagonal size, ultra brilliant LED, 12Hz, 5M:1, X-Gen panel, native 1920 x 1080 resolution. Inputs: (4) HDMI, (1) HD component, (1) component video, (1) 15-pin PC, (1) RS232, (1) ethernet, and (2) audio (RCA jacks). 0005- Chief PRO LCD wall mount. Custom interface bracket for specific LCD model. Tilt from 0-15 degrees. Lockable. Ultra low profile design. Lateral shift: up to 4" left/right of 16" centers. Weight capacity: 200 lbs. 0006- DaLite 94001V-C projection screen. Fixed frame. Dimensions, viewing area approx 60" x 160". Matte white screen fabric. Native wide format screen size. 45-degree angle cut frame. 0007- AMX FG2251-61RGB control system touch panel. 12" color active-matrix desplay with 4:3 aspect ratio. Screen resolution (HW): 800 x 600 pixels. Supports composite and S-Video signals and stereo audio. RGB/Component video via NXA-AVB/RGB breakout box. Streaming MPEG-2 video/audio, network video-motion JPEG. Video formats: NTSC, PAL, and SECAM. Built-in speakers (2) and microphone. Motion sensor and light sensor. 256 MB SDRAM/512 MB CompactFlash Memory. 0008- AMX FG2105-05 control system processor. 7 configurable RS-232/RS-422/RS-485 serial ports. 8 relays. 8 IR/serial ports. 8 digital I/O ports. 2 communication networks: AxLink and Ethernet (TCP/IP). 404 MIPS processor speed. 64 MB RAM. 256 MB CompactFlash (upgradeable to 1 G). 1 MB non-volatile memory. 0009- AMX FG423-41 control system power supply. Input voltage: 90-132 VAC, 2.6A, 47-63 Hz; 180-264 VAC, 1.3A, 47-63 Hz. Output voltage: 13.5 VDC. Output current: 6.5A (continuous power output 90W max). 0010- AMX FG515 control system accessory rack kit. 1 3/4" x 19" x 1/2" (4.4 cm x 48.3 cm x 1.3 cm). Black finish. 0011- Vetra USB-335 control system accessory. Converts RS-232 ASCII data to USB 2.0 compliant keyboard data. RS-232 input character rate of up to 1920 characters per second at 19,200 baud. RS-232 format: 1 start bit, 1 stop bit, 8 data bits, and no parity. Allows connection of additional keyboards or USB devices via on-board 2 port hub. 0012- Extron 42-122-24A computer interface. Low profile floor-mount raceway system for A/V connectivity. Metal track base and top, metal connectivity box and cover, plastic ramps. ADA compliant 8-foot total length cable raceway and side ramps (complies with ADA standards for slope and rise). Integrated AC power modules. Modular enclosure with 2 double-space and 2 triple-space AAP openings. UL/c-UL listed - tested by Underwriters Laboratories, Inc. to nationally recognized safety standards. 0013- Extron 70-551-71 computer interface. One 15-pin HD female to five BNC on 8-12" staggered length pigtails, one 3.5 mm stereo mini Jack Barrel, black with silkscreen. 0014- Extron 70-402-11 computer interface. One RJ-45 female to female barrel-data. Black. 0015- Extron 60-759-22 computer interface. One input, one buffered output line driver. Decora-style wall plate. Inputs: female 15-pin HD and 3.5 mm mini stereo jack. Outputs: female BNC and captive screw connector. 300 MHz (-3 dB) RGB video bandwidth. Compatible with VGA-QXGA resolutions. Three-position peaking/gain control to maintain video signal integrity over long cable runs. Active PC audio interfacing converts unbalanced audio to balanced line level audio. 0016- Middle Atlantic MRK-4026 equipment rack. Fully welded construction. 40 rack spaces, 76 1/8" overall height, 19" wide, 24" useable depth. Laser-cut 1/8" thick internal steel braces. 14-gauge steel tops and bottoms, 16-gauge seamless steel sides. Solid rear door. Grounding and bonding stud installed in base. Black finish. 0017- Middle Atlantic CBS-ERK-26 equipment rack skirted wheelbase with casters. 0018- Middle Atlantic PD-2415SC-NS equipment rack integrated 24 outlet power strip with single 15 amp circuit and 9' cord. 0019- Middle Atlantic MV-RR40 equipment rack 11-gauge, 10-32 threaded front and rear rack rails. 40 space. 0020- Install, test, and commission a complete working A/V system. Contractor shall furnish all equipment, supplies, materials, and services to provide a complete and working system. Contractor will provide in-depth operator training with customer once installation is complete. Contractor will warrant workmanship and labor for one year from date of substantial completion to be free from defects and deficiencies. Contractor will also provide free service calls at no additional charge for one year from date of substantial completion. Response to service call requests within 24 hours via phone or email and onsite within 48 hours. If issue cannot be resolved within 3 business days, contractor will provide loaner equipment to replace broken equipment at no additional charge. Owner furnished equipment: Extron 60-220-06 CrossPoint 128 Matrix Switcher, 12x8 wideband matrix switcher for RGBHV. ****The or equal evaluation criteria is located on the Statement of Work list under Equipment Specification. All items need to be deliveried, installed and invoiced by 25 Sept 2010 but no later than 30 Sept 2010**** Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: FAR 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) to be technically acceptable you need to meet all requirements addressed in the item description, accordance with the statement of work and all or equal items will be evaluated in accordance with the equipment specifications list in the statement of work ; (ii) price,(iii) delivery FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.233-4 Applicable Law for Breach, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-28 Post Award Small Business Program 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea (ALT III), 252.211-7003 Item Identification and validation, 52.211-6 Brand Name or Equal 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference. http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses. Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.212-7001 Contract Terms and Conditions (Deviation), 5352.201-9101 Ombudsman, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; Wide Area Work Flow Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to misty.wilcox@travis.af.mil or fax to 707 424 7744. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries/questions must be submitted by 1 July 2010 @ 0900 no questions will be accepted after this date. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 12 July 2010, 0900 AM, PST quotes are to be provided by fax or email. Point of contact is Misty M. Wilcox, SSgt, Contract Specialist, telephone (707) 424 7744, misty.wilcox@travis.af.mil. Alternate POC is Elizabeth Squires, Contract Officer, telephone (707) 424 7761, elizabeth.squires@travis.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0410160A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02187650-W 20100626/100624235451-6185fd4a670c19d241784217e9ac0dec (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.