Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2002 FBO #0267
SOLICITATION NOTICE

69 -- Seattle Div. audio \ video system

Notice Date
8/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
Reference-Number-02-SLFD-0005
 
Response Due
9/12/2002
 
Point of Contact
Alan Knoepfel, Contract Specialist, Phone 202-307-7819, Fax 202-307-7818, - Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877,
 
E-Mail Address
dknoepfel@dialup.usdoj.gov, jeickenhorst@dialup.usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Document Type P = Presolicitation Notice Solicitation Number 02-SLFD-0005 Posted Date August 23, 2002 Response Date September 12, 2002 Archive Date September 19, 2002 Classification Code 69 Training Aids and Devices Set Aside 100 percent small business The Drug Enforcement Administration (DEA) has a requirement for specialized assistance in the design and installation of an audio/video system. The system is to be designed around the parameters provided in the combined synopsis/solicitation for commercial audio/video systems and prepared in accordance with the format at Federal Acquisition Regulation (FAR) Subpart 12.6, 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. The previous solicitation number is DEA-02-R-0027, issued May 22, 2002, and is hereby cancelled and superseded by this notification. This notification is being issued as a Request for Quotations (RFQ). The provisions and clauses applicable to this solicitation are those in effect through Federal Acquisition Circular (FAC) 01-08. This is a restricted full and open competition. This request is a 100 percent set aside for small business opportunities. Offers will be accepted solely from small businesses who attend the site survey on September 5, 2002, at 10:00 AM [local time], 400 Second Avenue West, Seattle, WA, 98119. The point of contact for the site survey will be Matt Duran [206/553-1184]. Interested offerors are requested send a facsimile notification of all representatives who will be in attendance at the site survey. That notification should be sent via facsimile, not later than September 11, 2002, to the attention of Mr. Duran at fax number 206/553-2824. The applicable NAICS code is 443112 (Radio, Television and Other Electronics Systems). Eligible offerors are small businesses equal to or less than the SBA published size standard of $6.5 Million in average annual receipts). The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. Offers will be evaluated based primarily on price, but other factors that may be evaluated include technical capability and past performance. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. Offers are due September 12, 2002, no later than 4:00 [Eastern Time], at the following address: Drug Enforcement Administration, Office of Acquisition Management, Attn: Alan Knoepfel, Washington, DC, 20537. Offers may also be faxed to (202) 307-4877 if they do not exceed 10 pages. For information regarding this solicitation, please contact Alan Knoepfel, Contract Specialist, at (202) 307-7819. REQUIREMENT: DEA?s Seattle Division is looking for the ability to convey a broad spectrum of information by using a state of the art multimedia presentation system that is capable of supporting computer graphic, video, and sound reinforcement in both training and press release environments. The contractor shall perform a Technical Design Service, furnishing Commercial-Off-The-Shelf Equipment, perform installation, and conduct training. The contractor shall provide all equipment and labor by qualified personnel to design, document and install one (1) audio /visual system in the Seattle Field Division?s location at 400 Second Ave West, Seattle, Washington, with a state of the art technology multimedia presentation system. Equipment to be provided and installed by contractor: (1) One Ceiling-mounted XGA projector capable of projecting at least 3,000 lumens in brightness; (2) One Wall-mounted 6? X 8? tensioned screen framed in wood to match podium and equipment cabinet; (3) Three S-VHS VCR?s, one mounted in equipment rack for playback and TV tuning, one mounted in equipment rack to record presenters, and one mounted on mobile plasma screen stand for playback and TV tuning; (4) One DVD/CD player mounted in equipment rack for playback; (5) One Digital Document Camera/Presenter system comparable to the Samsung SDP-900 mounted on the lectern; (6) One Intelligent Communication Color pan/tilt/zoom remote controlled video camera for recording presenters comparable to the Sony EVI-D31 mounted near the rear wall of the room; (7) One 50? Plasma monitor with speakers comparable to the Pioneer PDP-502 with cabling for VCR/DVD, computer and cable TV mounted on a mobile stand with a shelf; (8) One Rack mount equipment cabinet on casters with smoked lockable glass or Plexiglas face with exterior that closely matches the finish on the lectern; (9) One 40?-50? Lectern on casters with the following: wood exterior to match equipment cabinet, shelf for digital document camera, 8? cord to allow movement, mounts for all needed equipment, locking rear doors audio/video/computer inputs, outputs and microphone mount; (10) Audio system and speakers providing excellent quality sound from all components and amplified microphone system; (11) One Wireless lavaliere or clip on microphone for presenters, Two wireless hand held microphones. All microphones should have the ability to provide amplified audio and audio to the presentation video camera system; (12) One Unified Control System color touch panel screen built into the lectern to control all installed components. Specific installation needs and requirements and all other issues, including but not limited to: Detailed background, design and work requirements, devices, distribution, controls, other equipment, tasks, deliverable items, government furnished items/property, warranty periods, performance requirements related to this installation will be presented and discussed in person at the proposed location on a date to be determined by DEA headquarters representative Alan Knoepfel. Important information will be distributed at the site visit. Therefore, offerors must attend in order to be eligible for award. Questions will be accepted afterwards (in writing only), to which DEA anticipates responding by September 10, 2002. An award is anticipated by September 19, 2002, with delivery of the final product not later than 30 calendar days after award. The delivered product will become the property of the DEA upon Government acceptance of the fully functioning system and completion of on-site training with a two-year unconditional warranty from design, manufacturing and installation defects. Delivery and acceptance will take place at the Government?s Seattle facility.
 
Place of Performance
Address: DEA, Seattle Field Division, 400 Second Avenue West, Seattle, WA.
Zip Code: 98119
 
Record
SN00149404-W 20020826/020824213034 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.