SOLICITATION NOTICE
59 -- Audio Visual System
- Notice Date
- 12/15/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- Reference-Number-N0025932405263
- Response Due
- 12/17/2003
- Archive Date
- 1/1/2004
- Point of Contact
- Laura Pruett, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596, - Jeannette Perez, Contract Specialist, Phone (619) 532-8097, Fax (619) 532-5596,
- E-Mail Address
-
lmpruett@nmcsd.med.navy.mil, jlperez@nmcsd.med.navy.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 FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N0025932404805 is issued as a request for quotation (RFQ). Offeror is to identify which CLIN?s are quoted open market and which are Federal Supply Schedule (GSA). 0001 CLASSROOM UPGRADE This requirement is for an upgrade of audiovisual technologies classrooms in the Staff Education and Training Department, building five. The requirements listed below are for each of the four classrooms, identified as classroom 1 (room 1T-7K2), classrooms 2/3 (room 1T-6K1), classroom 4 (room 1T-5K1) and classrooms 5/6 (room 1T-6N1). Each room shall have identical equipment and be independent of each other. All equipment shall interface with a podium mounted touch panel. The system is to include:- Interactive podium with touch sensitive screen and stylus pen (Smart Technologies LC-150 Sympodium or equivalent) - Minimum 2600 lumen video/data projector with XGA native resolution, addressable remote with laser pointer, 1024x768 pixels, 14 input and 6 output (NEC MT1060 or equivalent) - Projector mount for above unit (Chief RPA-1065 or equivalent)- Low voltage controller to control projector screen (Draper 121007 or equivalent) - Universal computer-video interface with female 15 pin input HD input, mountable interface with audio and ADSP (Extron 60-378-01 or equivalent) - Under desk mount kit for above unit (Extron 70-077-01 or equivalent) - Architectural Universal, female 15-pin HD, mountable interface for 2 gang box (Extron 60-373-02 RGB460xi or equivalent) - 6 foot VGA 15-pin cable with audio (Extron 26-490-02 VGA M6 or equivalent)- 12 foot VGA 15-pin cable with audio (Extron 26-490-03 VGA M12 or equivalent) - 50 foot cable with 15-pin on one end and BNC-5 kit (Extron 26-511-01 15HDM BNC-5 50 or equivalent) - 4 head VCR capable of interacting with podium based control panel (Mitsubishi HSU778 or equivalent) - Progressive scan DVD capable of interacting with podium based control panel (Mitsubishi D-8030 or equivalent) - Custom shelf for VCR (Middle Atlantic RSH4S-C or equivalent) - Custom shelf for DVD Middle Atlantic RSH-4S-C or equivalent) - Pair of white 30 watt, 90dB speakers with wall mounts (TOA BS-1030W or equivalent) - Compact fixed resource control system with 257 MIPS, 32-bit processor, 8 IR/serial ports, 8 I/O Versi ports and 3 bi-directional ports (Crestron CP2 or equivalent)- Wall mounted, color screen touch panel with 10 programmable push buttons, 3.8 inch light sensing display, Internet ready (Crestron CT-1000 or equivalent) - Two channel amplifier with 60 watts per channel at 8 ohms, remote on-off, remote temperature monitoring and integrated for a controllable network (Crestron CNAMPX 2x60 or equivalent)- Rack mount for above item (Crestron ST-RMK or equivalent)- Regulated universal input power pack capable of powering a 24-volt, 1A product from a standard 120v receptacle (Crestron PW-2410RU or equivalent) - Vendor must be locally represented 0001AA 4 Each $___ $___ P/N ___ MFG ___ 0001AB 4 Each $___ $___ P/N ___ MFG ___ 0001AC Each $___ $___ P/N ___ MFG ___ 0001AD 4 Each $___ $___ P/N ___ MFG ___ 0001AE 4 Each $___ $___ P/N ___ MFG ___ 0001AF 4 Each $___ $___ P/N ___ MFG ___ 0001AG 4 Each $___ $___ P/N ___ MFG ___ 0001AH 4 Each $___ $___ P/N ___ MFG ___ 0001AJ 4 Each $___ $___ P/N ___ MFG ___ 0001AK 8 Each $___ $___ P/N ___ MFG ___ 0001AL 4 Each $___ $___ P/N ___ MFG ___ 0001AM 4 Each $___ $___ P/N ___ MFG ___ 0001AN 4 Each $___ $___ P/N ___ MFG ___ 0001AP 4 Each $___ $___ P/N ___ MFG ___ 0001AQ 8 Each $___ $___ P/N ___ MFG ___ 0001AR 4 Each $___ $___ P/N ___ MFG ___ 0001AS 4 Each $___ $___ P/N ___ MFG ___ 0001AT 4 Each $___ $___ P/N ___ MFG ___ 0001AU 4 Each $___ $___ P/N ___ MFG ___ 0001AV 4 Each $___ $___ P/N ___ MFG ___ 0001AW 4 Each $___ $___ P/N ___ MFG ___ 0002 1 Lot $___ $___ INSTALLATIONFFPInstallation is to include all labor, tools, cable, hardware and material necessary to complete the requirement. Installer will remove all boxes and packing material. Components will be delivered to and installed in the Staff Education and Training building, 5, 1st floor. All work will be done 0800 to 1600, Monday through Friday. Installer is to contact government POC one week prior to installation and to arrange a date and time. 0003 1 Lot $___ $___ INSTALLATIONFFPInstallation of Smart Sympodium Model: LC150 or equal.Govt. POC is Mr Ed Sandford (619) 532-7909 This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (OCT 1995). 52.212-3 Offeror representations and certification ? Commercial Items (OCT 1995) must be completed and submitted along with the quote (Please contact Laura Pruett at (619) 532-8076), e-mail lmpruettr@nmcsd.med.navy.mil, if a copy is needed. In accordance with 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (AUG 1996), the following clauses are incorporated by reference in paragraph (a) 52.233-3 Protest after Award (31 U.S.C. 3533). Paragraph (b); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (FEB1999), 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veteran (DEC 2001) (38U.S.C.4212); 52.222-36, Affirmative Action for workers with Disabilities (JUN 1998) (29 U.S.C.793); 52.222-37, Employment Reports on Special Disabled Veterans, and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C.4212); 52.212-4 Contract Terms and Conditions Commercial Items (OCT 1995). 52.252-2 Clauses Incorporated by References (FEB 1998). 52.232-36 Payment by third Party (31 U.D.V. 3322), DFARS 252.204-7004 Required Central Contractor Registration (MAR 1998). DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Item (JUN 2003), 52.211-6, Brand Name or Equal (Aug 1999). 52.212-2, Evaluation ? Commercial Items ( JAN 1999). The following factors shall be used to evaluate offers: Ref FAR 15 (1) Product technical capabilities , (2) Product specification , (3) Price, Offerors shall provide product specification and technical capabilities information along with quote. Product specification , technical capability based on the description requirements when combined are significantly more important than cost or price. Prior to Contract Award, the government will review the quotes for the purpose of ascertaining their technical capability.All interested Bidders must submit quotation plus product specification to Laura Pruett, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail lmpruett@nmcsd.med.navy.mil. This Acquisition is non-restricted. All quotation must be received by December 17, 2003 by 12:00 p.m., Pacific Standard Time to be considered responsive. Offerors shall provide all open market and GSA backup paperwork to support their quote. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (OCT 1995). 52.212-3 Offeror representations and certification ? Commercial Items (OCT 1995) must be completed and submitted along with the quote (Please contact Laura Pruett at (619) 532-8076), e-mail lmpruettr@nmcsd.med.navy.mil, if a copy is needed. In accordance with 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (AUG 1996), the following clauses are incorporated by reference in paragraph (a) 52.233-3 Protest after Award (31 U.S.C. 3533). Paragraph (b); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (FEB1999), 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam ERA Veteran (DEC 2001) (38U.S.C.4212); 52.222-36, Affirmative Action for workers with Disabilities (JUN 1998) (29 U.S.C.793); 52.222-37, Employment Reports on Special Disabled Veterans, and Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C.4212); 52.212-4 Contract Terms and Conditions Commercial Items (OCT 1995). 52.252-2 Clauses Incorporated by References (FEB 1998). 52.232-36 Payment by third Party (31 U.D.V. 3322), DFARS 252.204-7004 Required Central Contractor Registration (MAR 1998). DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Item (JUN 2003), 52.211-6, Brand Name or Equal (Aug 1999). 52.212-2, Evaluation ? Commercial Items ( JAN 1999). The following factors shall be used to evaluate offers: Ref FAR 15 (1) Product technical capabilities , (2) Product specification , (3) Price, Offerors shall provide product specification and technical capabilities information along with quote. Product specification , technical capability based on the description requirements when combined are significantly more important than cost or price. Prior to Contract Award, the government will review the quotes for the purpose of ascertaining their technical capability.All interested Bidders must submit quotation plus product specification to Laura Pruett, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail lmpruett@nmcsd.med.navy.mil. This Acquisition is non-restricted. All quotation must be received by December 17, 2003 by 12:00 p.m., Pacific Standard Time to be considered responsive. Offerors shall provide all open market and GSA backup paperwork to support their quote.
- Place of Performance
- Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA
- Zip Code: 92134
- Country: USA
- Zip Code: 92134
- Record
- SN00489915-W 20031217/031215212349 (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 |