Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

D -- Multi Input Visual Video Wall and Audio System

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
 
ZIP Code
94035
 
Solicitation Number
W912LA-11-R-7039
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Duncan Collier, 650-603-9274
 
E-Mail Address
129 RQW, Base Contracting
(duncan.collier@ang.af.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. Requirements A contractor to provide all labor materials, equipment, transportation, supervision and management necessary to fully install video / audio equipment within Rooms 114 of Building 656, Moffett Field, CA 94035-0103. Written quote and contract award will be based on the following criteria. A contractor with the ability to offer an environmentally preferable video system that is compliant with all Wing, state, and DoD Regulations regarding green procurement. A contractor's overall cost to provide and install the full system and provide maintenance support and training. A contractor's quoted time line and ability to execute a full installation and system validation upon the award of a written contract. The equipment purchased and full installation of a command and control visual / audio monitoring system must allow up to 16 separate audio and or visual input feeds to be simultaneously displayed and controlled from a single portable tethered control unit. Individual monitors will be grouped in a 4 across 2 high pattern as one overall wall mounted image. All items quoted must meet the intent of visual / audio approved for use with command and control type conditions and or areas IAW all AFI from controlling agencies. All quoted parts will be brand new never used. Scope of Requirement CLIN0001 1 each Multi screen video package to include video wall configured from individual 55 inch HD LCD ultra thin bezel screens in a 2 x 4 pattern with a total area of 192 in. across x 55 in. height. Visible gap found between HD LCD viewing fields to be 5.7 mm or less, 8 each. Multi screen system to include all wall mounting hardware and built to withstand 9.5 magnitude earthquakes, overall screen mounted frame removable for maintenance, 1 each. CLIN0002 1 eachCable kit, all required high grade / low loss VGA plenum rated cables and cable management kit that allows for appropriate routing to support the min / max limits for the entire video wall, controller system, controller software, and audio systems both fixed and tethered. CLIN0002 1 eachController package to include, controller, Windows XP or Windows 7 compatible, configured to drive 8 individual screens / projectors, with an expansion capability of up to 40 screens / projectors, 1 each. Controller IO cards, to provide 2 DVI, HDMI, VGA, S-Video inputs up to 2048 x 1536 resolution per card, 8 each. Control box, 7 channel base unit 8.4" wired or wireless touch Programming of up to 10 pre-sets, audio device programming, lights, TV tuner programming and another system related programming CLIN0003 1 eachController software package to include, choreographer remote wall software compatible with Windows workstations with up to 9 users as needed, 1 each. Choreographer server video wall software accessible up to 228 inputs plus Windows software and programs, 1 each. CLIN0004 1 eachAudio system package, complete audio system to deliver general audio to main projection room, 80 watt per channel amplifier with 6 inbound audio input channels and 2 output channels, 4 flush mounted 80 watt speakers and wiring. CLIN0005 1 eachFull shipping, installation, test acceptance and training classes, for all video hardware, software and audio systems features requested. Vendor will provide up to 4 training sessions for an undefined number of trainees. 2 year limit for customer requested training classes based on acceptance of final invoice. Conditions and or Clauses The Contracting Officer will evaluate equal products and or services on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government is not responsible for developing the comparison from insufficient information provided. All qualified sources may submit a response, which if timely received, will be considered by this agency. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered in ORCA, they may do so by going to ORCA web at https://orca.bpn.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL All quotes MUST be good for 60 calendar days after submission. CLAUSES INCORPORATED BY FULL TEXT 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): HTTP://FARSITE.HILL.AF.MIL HTTP://WWW.ARNET.GOV/FAR/ HTTP://WWW.ACQ.OSD.MIL/DP/DARS/DFARS.HTML (End of Clause) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (February 2009) As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). Applies over $3,000. 52.222-21, Prohibition of Segregated Facilities. Applies at $10,000 or above. 52.222-26, Equal Opportunity (E.O. 11246). Applies at $10,000 or above. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.222-26 applies and $25,000 or above. 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). Applies over $10,000 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.22-35 applies. 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). Applies over $3,000. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Applies over $3,000. 52.232-36, Payment by Third Party (31 U.S.C. 3332). Applies over $3,000. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.). Applies over $3,000. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Applies over $3,000. (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). Applies when applicable. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (January 2009) As prescribed in 212.301(f)(iii), use the following clause: (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582). Applies $3,000 to $25,000. 252.225-7012 Preference for Certain Domestic Commodities (10.S.C. 2533a). Applies over $25,000. 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Applies over $54,372. Alternate I (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). Applies $25,000 to $54,372. 252.227-7015 Technical Data--Commercial Items (10 U.S.C. 2320). Applies over $3,000. 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). Applies over $3,000. (End of clause) CLAUSES INCORPORATED BY REFERENCE: 52.212-4Contract Terms and Conditions--Commercial Items 52.232-33Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3Protest After Award 52.253-1Computer Generated Forms 252.204-7004Alt A Central Contractor Registration (52.204-7) Alternate A 252.243-7001Pricing of Contract Modifications 252.246-7000Material Inspection and Receiving Report LOCAL CLAUSES, TERMS, CONDITIONS AND INSTRUCTIONS INCORPORATED BY FULL TEXT 129 RQW - AA - 0010CUSTOMER INSTRUCTIONS If any items delivered are not in accordance with the contract or purchase order, notify the contracting officer in writing. 129 RQW - AA - 0020WARRANTY UNLESS OTHERWISE STATED, STANDARD COMMERCIAL WARRANTIES APPLY, PLEASE FURNISH A WRITTEN COPY WITH YOUR DELIVERY. 129 RQW - AA - 0030CONTRACTING OFFICE CONTACT INFORMATION JONATHAN V. WOOD, SMSgt, CA ANG Base Contracting Officer PHONE: (650) 603-9276 FAX: (650) 603-9277 jonathan.wood@us.af.mil DUNCAN C. COLLIER, MSgt, CA ANG Contracting Officer PHONE: (650) 603-9276 FAX: (650) 603-9277 duncan.collier@ang.af.mil 129 RQW - AA - 0040FEDERAL, STATE AND LOCAL TAXES-GOVERNMENTAL ENTITY The U.S. Government is exempt from state sales or use taxes and federal excise taxes. This purchase is not subject to California State Sales tax. For additional information contact your local, state, or federal taxing authority. 129 RQW - AA - 0050DELIVERY TIMES The following delivery times are established for contactors: MONDAYS - THURSDAYS:08:00 A.M. TO 2:30 P.M. FRIDAYS:08:00 A.M. TO 2:00 P.M. No deliveries will be accepted on Federal holidays. All vendors shall have a delivery ticket with each delivery. The delivery ticket will ensure prompt processing of payment. 129 RQW - AA - 0060INSTALLATION PASSES/ACCESS TO MOFFETT FIELD Contractors should be aware that this is a Military Installation and that all access to this installation is granted by the Moffett Federal Air Field (FAR) Security Forces. Prior to making deliveries please contact (805) 986-7452 and follow instructions provided by the Security Forces for access to Moffett Federal Airfield, CA. If a gate pass is not granted to a contractor allowing the delivery of goods, execution of warranty support, or performance of services please contact the contracting officer as listed in 129 RQW - AA - 0030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-11-R-7039/listing.html)
 
Place of Performance
Address: 129 RQW, Base Contracting Base Contracting, P.O. Box 103/Stop 25 Moffett Federal Airfield CA
Zip Code: 94035
 
Record
SN02573598-W 20110915/110913235632-9e351779f8398c348009e5d8ec1e67bc (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.