Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

70 -- Modification to soliciation W911RZ-12-T-0052. There was an error while posting. Therefore I am attaching all the information again.

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ12T0052
 
Response Due
4/19/2012
 
Archive Date
6/18/2012
 
Point of Contact
Stephanie Fraterelli, 719-526-0324
 
E-Mail Address
MICC - Fort Carson
(stephanie.fraterelli@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 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911RZ-12-T-0052. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. Fort Carson intends to award a firm-fixed-price contract for one DC2E Small Audio Visual System, part #1005218 or equal and two DC2E Medium Screen Displays, part # 1009853 or equal. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is a 100% small business set-aside and only qualified offerors may submit quotes. All CLINs shall be quoted FOB Destination to Ft Carson, CO 80913. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 DC2E Small Audio Visual System: Part # 1005218 or Equal Qty: 1 EA Minimum Specifications: Display processor combines 4 or 8 real-time video and computer inputs in Windows onto one display Windows can be scaled to full screen or displayed simultaneously Capable of accepting and displaying images with a resolution of up to 1600 x 1200 Rugged display screens, XVGA or SVGA Projectors with a resolution of up to 1600 x 1200 Touch panel control System must be ruggedized Operate on AC or DC Power Voip phone connectivity for teleconferencing RGBHV over CAT5 for long distance video distribution CTL LAN connects to LAN for WEB-Based control of AV system Video Inputs: HD15, CAT5 Audio Inputs: Mic Level XLR, Line Level XLR Video Outputs: HD15, CAT5 Audio Outputs: Line Level XLR Includes (2) speakers, minimum 20 watt amplifier Includes molded, weather resistant case to house components Includes transport case for complete AV system Power: 120-240 VAC, 50/60Hz Warranty: One year limited hardware warranty Unit Cost $ _________ Total Cost $ __________ CLIN 0002 DC2E Medium Screen Display: Part # 1009853 or Equal Qty: 2 EA Minimum Specifications: Includes DLP Projector-with capability to display four to eight different images Includes Screen XVGA Resolution Native: Minimum of 1024 X 768 Screen Size: Minimum 48" X 120" Lamp Life: Minimum of 4000 hours Minimum of 2600 ANSI lumens Power: 100-240 VAC, 50/60Hz Noise Level: Maximum of 32 dB(A) Frame system with locking hinge points (included for both screens) Cantilevered projector mounting arm (included for both screens) Spare lamp included (for both projectors) Must be compatible with AV system requested Must include hardware to connect screens Must include a transport case for each screen and projector Warranty: One year limited hardware warranty Unit Cost $ _________ Total Cost $ __________ Total Quoted Amount $ ________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications - Commercial Items) Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.219-6 (Notice of Total Small Business Set-Aside) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-19 (Child Labor-Cooperation with Authorities and Remedies) 52.222-21 (Prohibition of Segregated facilities) 52.222-26 (Equal Opportunity) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.223-18 (Encouraging Contractor Policies to Ban Text Messaging While Driving) 52.225-1 (Buy American Act-Supplies) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.247-34 (F.O.B Destination) 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/___ 252.203-7000 (Requirements Relating to Compensation of Former DOD Officials) 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alternate I (Item Identification and Valuation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) 252.247-7023 Alternate III (Transportation of Supplies by Sea) 5152.233-4000 (AMC Level Protest) AMC-LEVEL PROTEST PROGRAM (NOV 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 5152.209-4000 (Antiterrorism) The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Questions concerning this solicitation shall be addressed to Stephanie Fraterelli, Contract Specialist, and e-mailed to Stephanie.l.fraterelli.civ@mail.mil. All questions or inquires must be submitted in writing no later than 1:00 p.m. Mountain Standard Time on 16 April 2012. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 2:00 p.m. Mountain Standard Time on 19 April 2012. Quotes shall include all specifications, descriptions, pictures and any other relevant information to verify the items offered meet the specifications listed in the solicitation. Quotes may be e-mailed to Stephanie.l.fraterelli.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af217426e28a30a24a2c0adac8790293)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02720623-W 20120414/120412235353-af217426e28a30a24a2c0adac8790293 (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.