SOLICITATION NOTICE
67 -- Video parts and installation
- Notice Date
- 8/16/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024403T1024
- Response Due
- 8/28/2003
- Archive Date
- 9/27/2003
- Point of Contact
- CINDY LAMMENS 619-532-2411
- E-Mail Address
-
Email your questions to CLICK HERE TO EMIAL THE CONTRACT SPECIALIST
(cynthia.lammens@navy.mil)
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego is announcing its intent to issue a directed sole source procurement to CompView under authority of FAR 6.302-1. This is a combined synopsis / solicitation SOLE SOURCE for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement is published as a Total Small Business Set a Side action per FAR 52.219-1 and 52.219-6; all eligible, responsible sources may submit an offer. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-1024 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/01. The standard industrial code is 3861. The business size standard is 500 employees. Closes 8/28/03 3:00 PM. The agency need is for parts and installation: 1 ea mfgr CVI CABLES/CONNECTORS, 1 EA MFGR. EXTRON AD2 300HV, #60-103-02, 1 EA VSC500 MFGR. EXTRON 50-476-31, 5 EA EXTRON 26-260-15, 1 EA SONY #SLVN-99, 1 EA INSTALLATION, 1 EA ADAPTER PREMIER PSD-S180, 1 EA COMPREHENSIVE MODEL COMBORCA35, 1 EA ENGINEERING, 1 EA INST ALLATION, 2 EA HITACHI COMP5000WXU 50", 2 EA PREMIER PCM100, 1 CABLES/CONNECTORS/PARTS, 2 EA EXTRON 60-515-03, 2 EA EXTRON 26-490-03, 1 EA INSTALLATION. SPECIFICATIONS AND INSTRUCTIONS: PROPOSE SCHEDULE OF START AND FINISH DATE GOVERNMENT SHALL BE RESPONSIBLE FOR DEDICATED ELECTRICAL A/C POWER AND CONDUITS TO ALL SPECIFIED LOCATIONS. ALL A/V CONDUITS SHALL BE DEDICATED FOR CONTRACTOR WIRING AND OF ADEQUATE SIZE. GOVERNMENT SHALL BE RESPONSIBLE FOR INSTALLATION OF ALL LAND AND CCTV CABLE AND CONNECTIONS. GOVERNMENT SHALL PROVIDE ELECTRICAL INFRASTRUCTURE, WORK SURFACES, MILLWORK, OPENINGS, STRUCTURAL REQUIREMENTS, CUSTOM FINISHES OR PAINTING FOR THE PROPOER INSTALLATION AND OPERATION OF THE EQUIPMENT, AND ENSURE COMPLIANCE WITH THE INSTALLATION AND USE OF ELECTRICAL CIRCUITS. ALL EQUIPMENT SHALL BE INSTALLED WITH STOCK FACTORY FINISH. GOVERNMENT SHALL SUPPLY ALL COMP UTER EQUIPMENT. INCLUDING BUT NOT LIMITED TO: DESKTOP COMPUTERS, LAPTOPS, NETWORK HARDWARE, ROUTING AND WIRING. NO OVERTIME IS AUTHORIZED WITHOUT PRIOR WRITTEN APPROVAL FROM THE CONTRACTING OFFICER. SCOPE OF WORK CONTRACTOR TO PROVIDE AND ADD A SCALER TO TAKE THE BROADCAST SIGNAL SCALE DOWN TO A VIDEO SIGNAL SENDING IT TO A CONTRACTOR PROVIDED VCR FOR RECORDING PURPOSES. EQUIPMENT WILL BE HOUSED IN THE SERVER ROOM IN THE EXISTING EEQUIPMENT RACK. GOVERNMENT SHALL BE RESPONSIBLE FOR DEDICATED ELECTRICAL A/C POWER AND CONDUITS TO ALL SPECIFIED LOCATIONS. ALL A/V CONDUITS SHALL BE DEDICATED FOR CONTRACTOR TO WIRE AND OF ADEQUATE SIZE. GOVERNMENT SHALL BE RESPONSIBLE FOR ALL LAN AND CCTV CABLE AND CONNECTIONS. GOVERNMENT SHALL BE RESPONSIBLE FOR MODIFICATIONS TO CEILINGS, WALLS, FINISH WORK AND CUSTOM PAINT FINISHES. GOVERNMENT AND CONTRACTOR SHALL AGREE UPON PR OJECT SCHEDULE. GOVERNMENT SHALL SUPPLY ALL COMPUTER EQUIPMENT, INCLUDING BUTNO LIMITED TO DESKTOP COMPUTERS, LAPTOPS, AND NETWORK HARDWARE. INSTALLATION CONTRACTOR SHALL INSTALL ALL EQUIPMENT IN ACCORDANCE WITH THE MANUFACTURERS' SPECIFICATIONS, NATIONAL AND LOCAL REGULATION ORDINANCES AND CODES, INCLUDING ALL OSHA GUIDELINES. UNLESS SPECIFICALLY STATED, ALL WORK SHALL BE PERFORMED DURING THE NORMAL WORKING HOURS OF MONDAY THROUGH FRIDAY, BETWEEN 8:00 AM AND 5:00 PM, EXCEPT FOR RECOGNIZED HOLIDAYS. ALL EQUIPMENT WITH THE EXCEPTION OF EQUIPMENT INTENDED FOR PORTABLE USE, SHALL BE AFFIXED PERMANENTLY INTO PLACE. EQUIPMENT RACKS AND CABINETS SHALL BE SQUARE AND PLUMB. FASTENERS AND SUPPORTS SHALL BE CAREFULLY SELECTED TO MATCH THE STRUCTURAL AND WEIGHT REQUIREMENTS OF THE EQUIPMENT TO BE INSTALLED AND THE THAT OF THE MOUNTING STRUCTURE. CONTRACTOR TO TAKE ALL POSSIBLE PRECAUTIONS TO PREVENT HUM OR DISTORTIONS CREATED BY GROUND DIFFERENTIAL, ELECTROMAGNETIC OR ELECTROSTATIC FIELDS; AND TO SUPPLY ADEQUATE VENTILATION TO ALL EQUIPMENT AS SPECIFIED BY THE MANUFACTURER AND NOTIFY THE GOVERNMENT OF PROBLEMS FOR ALTERNATIVES TO ALLEVIATE THE PROBLEM. ALL EQUIPMENT SHALL BE INSTALLED WITH PROVISIONS FOR THE SAFETY OF THE OPERATOR, WITH ALL CONTROLS ACCESSIBLE AS SPECIFIED UNDER ADA GUIDELINES. ALL WIRING AND CONDUIT SHALL BE IN STRICT CONFORMITY WITH GOOD ENGINEERING PRACTICE AS ESTABLISHED BY THE INTERNATIONAL COMMUNICATIONS INDUSTRIES ASSOCATION AND THE LOW VOLTAGE SECTION OF NATIONAL AND LOCAL ELECTRICAL CODES. EXTREME CARE SHALL BE TAKEN IN WIRING AS NOT TO EXCEED THE BEND RADIUS, TINSILE STRENGTH OR ANY OTHER CONDITION, WHICH MAY RESULT IN DAMAGE TO THE CABLE OR EQUIPMENT. ALL JOINTS AND CONNECTIONS SHALL BE MADE WITH ROSIN CORE SOLDER, CRI MP, OR OTHER APPROVED MECHANICAL CONNECTORS. ALL CONNECTIONS AND CABLE ENDS SHALL BE IDENTIFIED WITH LABELS OR TAGS AND NOMENCLATURE AS ESTABLISHED BY THE INTERNATIONAL COMMUNICATIONS INDUSTRIES ASSOCIATION. ALL LABELS AND TAGS SHALL BE PERMANENTLY AFFIXED AND CORRESPOND TO LABELS ON THE PROVIDED AS-BUILT DRAWINGS. GOVERNMENT TO PROVIDE REPLACEMENT CEILING TILES AS REQUIRED DUE TO CHANGES IN THE CEILING LAYOUT RESULTING FROM THE INSTALLATION OR REMOVAL OF EQUIPMENT. TESTING AND ADJUSTMENTS CONTRACTOR SHALL CONFIGURE ALL NECESSARY EQUIPMENT AND PERFORM TESTS IN ACCORDANCE TO THE GUIDELINES ESTABLISHED BY THE MANUFACTURER AND THE INTERNATIONAL COMMUNICATIONS INDUSTRIES ASSOCIATED. CONTRACTOR TO DEMONSTRATE THE PERFORMANCE OF EACH FEATURE AND CAPABILITY OF THE SYSTEM. DOCUMENTATION DATA FILES HANDBOOKS AND DRAWINGS CONTRACTOR SHALL PROVIDE A BINDER CONTAINING ALL EQUIPMENT OPERATION INSTRUCTIONS, WARRANTY DOCUMENTS, ETC. CONTRACTOR SHALL PROVIDE A SECURE STORAGE CONTAINER CONTAINING ALL SETUP REMOTE CONTROLS AND COPIES OF PROGRAMMING DISKETTES AS APPLICABLE. TRAINING CONTRACTOR TO PROVIDE ONE OPERATION TRAINING SESSION OF UP TO TWO HOURS AT NO ADDITIONAL COST, TO INCLUDE HANDS-ON OPERATION AND BASIC MAINTENANCE. WARRANTY ALL NEW EQUIPMENT SHALL INCLUDES THE MANUFACTURERS FULL WARRANTY FROM THE DATE OF THE CUSTOMER'S INVOICE. CONTRACTOR TO PROVIDE AN ADDITIONAL 90 DAY EXTENSIOIN ON THE SYSTEM WARRANTY FROM THE DATE OF GOVERNMENT ACCEPTANCE OF THE SYSTEM. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, of fered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 52.211-5, Material Requirements, FAR52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may s ubmit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 8/27/2003, 3:00 PM, local time. 07-05-02, and will be accepted via fax (619-532-1088) or via e-mail (Cynthia.Lammens@navy.mil) Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher .
- Web Link
-
CLICK HERE TO LEARN MORE ABOUT FISC SAN DIEGO
(http://WWW.SD.FISC.NAVY.MIL)
- Record
- SN00404188-W 20030818/030816213356 (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 |