Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2025 SAM #8580
SOURCES SOUGHT

77 -- TV & Projectors Package Smyrna, GA 30080

Notice Date
5/22/2025 10:29:10 AM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0460
 
Response Due
5/28/2025 11:00:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Stephanie Cahill, Contract Specialist, Phone: 303-712-5841
 
E-Mail Address
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Televisions, Projectors, and Projector Screens Atlanta, GA BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. The VA Member Services (MS) Atlanta location requires televisions, projectors, and projector screens for use throughout their facility. Installation is NOT required. Item # Description/Part Number* Qty 0001 Projector, Overhead with Ceiling Mount 3 0002 Projector Screen, Ceiling Mounted 3 0003 Television, HDTV, Large Screen, 85"" 49 0004 Television, HDTV, Large Screen, 65"" 3 0005 Television, HD, 40"" Class 15 0006 Television, HD, 48"" 2 Salient Characteristics: CLIN 0001: Projector, Overhead with Ceiling Mount: (Qty: 3) High-definition projector with native WUXGA resolution for displays up to 300"" Shall include Full HD 1080p support. Must have a minimum of 5000 lumens. Must include built-in speaker to amplify the audio of the presentation. Must support Auto screen fit. Must have at least 1920 x 1200 Full HD widescreen resolution. Must have the ability to display a range from 40 to 200 inches diagonally. Lamp must last up to 10,000 hours in Eco mode. Must include software that allows for remote monitoring and control of Epson networked projectors; also compatible with Crestron RoomView. Must be able to support projected distance 50 - 100"". Must include a Projection lens ratio of: 1.0-1.6. Must include at least the following ports: 2x HDMI® Computer: 1x D-sub 15 pin Video: 1x RCA Audio-in: 3x Mini stereo Audio-in: 1x RCA (L & R) Network: 1x RJ-45, 100 Mbps Serial: 1x RS-232c Monitor Out: 1x D-sub 15 pin Must include ceiling mount. CLIN 0002: Projector Screen, Ceiling Mounted: (Qty: 3) Electric Recessed, Ceiling mounted, roll-up type screen with remote control. Includes multiple controls to operate the screen from two or more locations, wireless remote control, adjustable preset limit switches, and black borders on all sides. Screen is housed in a solid wood or metal case with removable motor module. For a classroom, conference room, or large auditorium. Screen will have no more than 2.4 amp. motor. Shall have specially designed motor mounted inside the roller, to be three wire with ground, quick reversal type, oiled for life, with automatic thermal overload cutout, integral gears, capacitor and an electric brake to prevent coasting. To have preset but adjustable limit switches to automatically stop screen fabric in the ""up"" and ""down"" positions. Rigid metal roller, to be at least 3"" in diameter (on screens 12' wide), 5 3/4 in diameter (on screens 14' to 18' wide) or 7"" in diameter (on screens where either height or width equal or exceed 20'). Roller to be mounted in one heavy duty bracket equipped with self-aligning bearing. Motor to be secured to the case with a steel motor mount bracket. Screen surface to be flame retardant and mildew resistant fiberglass with black masking borders standard. Case to be of wood, with double top for extra rigidity and strength. Case to be finished with a black primer coat, ready to accept final finish by others, heavy metal brackets shall be supplied for mounting screen to ceiling or wall. To be complete with 3 position control switch with cover plate. 159"" Diagonal HDTV 16:9 Matte White Projector screen with low voltage controller. White powder-coated case. Decora-Style, three-button wall switch. Must be able to tie into A/V system. Standard black backing retains projected brightness on front projection surfaces. 5-year warranty. CLIN 0003: Television, HDTV, Large Screen, 85"": (Qty: 49) High-definition TV which must between 75"" and 85"" diagonally. Must fit mounting patterns 200 x 100 to 800 x 400mm VESA. Shall have a resolution of at least 3840 x 2160. Must include at least HDMI x 3, USB x 2, Ethernet x 1, Digital Audio Out (Optical) x 1. WiFi and Bluetooth compatible. Must include remote. Must include Dual Built-In Speakers. Must include power cord. CLIN 0004: Television, HDTV, Large Screen, 65"": (Qty: 3) High-definition TV which must be between 55"" and 65"" diagonally. Must fit mounting patterns 200 x 100 to 400 x 400mm VESA. Shall have a resolution of at least 3840 x 2160. Must include at least HDMI ports x 3, USB x 2, Speaker/Line out, RS-232C in, AV IN, Digital Audio Out, LAN, Antenna/Cable In Must include remote. Must include Dual Built-In Speakers. Must include power cord. CLIN 0005: Television, HD, 40"" Class: (Qty: 15) High-definition TV which must not exceed 43"" diagonally. Must fit mounting patterns 200 x 100 to 400 x 400mm VESA. Shall have a resolution of at least 1920 x 1080. Must include at least HDMI ports x 3, USB-A x 2, Speaker/Line out, RS-232C in, AV IN, Digital Audio Out, LAN, Antenna/Cable In. Shall include minimum aspect ratio of 16:9. Must include remote. Must include Dual Built-In Speakers. Must include power cord. CLIN 0006: Television, HD, 48"": (Qty: 2) High-definition TV which must not exceed 48"" diagonally. Must fit mounting patterns 200 x 100 to 400 x 400mm VESA. Shall have a resolution of at least 3840 x 2160. Must include at least HDMI ports x 4, USB-A x 2, Speaker/Line out, RS-232C in, AV IN, Digital Audio Out, LAN, Antenna/Cable In, Ethernet. Shall include minimum aspect ratio of 16:9. Must include remote. Must include Dual Built-In Speakers. Must include power cord. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items. The product will be delivered to the following location: VA Member Services (MS) Atlanta 2233 Lake Park Drive, Smyrna, GA 30080 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 12:00 MST on May 28th, 2025, as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products* Company s business size in relation to NAICS 334310 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable): Estimated lead time: Where are the products manufactured/COO: Only written responses, to items 1 through 6 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aee48738183e4def9ac85edf78659732/view)
 
Place of Performance
Address: VHA Member Services Atlanta 2233 Lake Park Drive, Smyrna, GA 30080, USA
Zip Code: 30080
Country: USA
 
Record
SN07454272-F 20250524/250522230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.