SOLICITATION NOTICE
67 -- Provide and install audio visual equipment for two separate briefing rooms at Fort McCoy, WI.
- Notice Date
- 8/17/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333315
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- Solicitation Number
- W911SA-04-T-0042
- Response Due
- 8/27/2004
- Archive Date
- 10/26/2004
- Point of Contact
- ginger, 608-388-3109
- E-Mail Address
-
Email your questions to ACA, Fort McCoy
(ginger.edgerton@emh2.mccoy.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-04-T-0042 is issued as a Request for Quotation (RFQ) and is due by 27 Aug 04, 1430 hrs CST. The RFQ is a fixed price, small business set-aside, with NAICS code 333315, and the small business size standard is 500. This requirement is to provide and install the following, or Equals: Clin 0001: 4 each, Sony, VPLPX40, XGA 3500 Lumen LCD Projector (1024 x 768) Resolution. Clin 0002: 2 each, Sony, LMPP260, Replacement Lamp. Clin 0003: 4 each, Sony, PSS610/A, Ceiling mount. Clin 0004: 4 each, Da-Lite , 40725, Boardroom Power Dropdown Screen (60 inch x 80 inch equals 100 inches Diagonal). Clin 0005: 4 each, Da-Lite, 82434, LVC Control W/Remote. Clin 0006: 2 each, Denon, DRA295, AM/FM Receiver Pre Amp. Clin 0007: 2 each, Crown, Xs500, Power Amp for Speakers. Clin 0008: 2 each, Audio Technica, ATW1452, Hand Held Wireless Mic System. Clin 0009: 2 each, Middle Atlantic, PTRK-21, 36 inch Tall Metal Rack w/Casters and Metal Locabale Front Door. Clin 0010: 6 each, Middle Atlantic, U2, Rack Shelfs for R eceiver, DVD, and VCR (Amp is Rack Mountable). Clin 0011: 2 each, Extron, MPS112, S-VHS, VGA and Comp. Video Switcher. Clin 0012: 2 each, Niles Audio, AC-3, Voltage Trigger AC Power Strip for Amplifier. Clin 0013: 2 each, Monster Cable, HTS1000, AC L ine Conditioner. Clin 0014: 2 each, Sony, DVPNS725, Single Disc Progressive Sean DVD Player. Clin 0015: 2 each, JVC, HRS2902, S-VHS VCR. Clin 0016: 12 each, SpeakerCraft, CRS8 One, In Ceiling 8 inch 2 Way Speakers. Clin 0017: 12 each, Quam, TB, Til e Bridge Supports for Speakers. Clin 0018: 2 each, Philips, TSU3000, Touch Screen Remote. Clin 0019: 2 each, Philips, RFX6000, RF Receiver for Remote System. Clin 0020: 2 each, Philips, DOCK3000, Charger Base for RF Remote. Clin 0021: 2 each, Progra m, Custom Programming for Touch Screen Remote. Clin 0022: 2 each Post Wire, for 12 Speakers (14G Wire). Clin 0023: 2 each, Post Wire, VGA, and S-VHS, RGB w/Terminated Ends to Projector/Plasma. Clin 0024: Misc. Wall Plates, Blank Rack Pannels, and Jack s Needed. Clin 0025: Upgraded Interconnect Cables & Connectors. Clin 0026: Installation and Calibration total. List unit cost and extended cost for each item and then a total price for the material. Also, list separately any other costs associated wit h this requirement. Give a Grand Total for entire requirement. THE ABOVE QUANTITIES COMPRISE THE TOTAL AMOUNT NEEDED FOR INSTALLATION IN TWO SEPARATE BRIEFING ROOMS THAT ARE APPROXIMATELY 20 FEET X 40 FEET IN SIZE. Only one briefing room can be closed down at a time. Completed Installation: before 30 Sep 04. Must provide training and prompt service response if problems occur after installation. If you received an order, how soon could you begin installation? If equals are being quoted, list brand name s, mfg part numbers, and price. To request a site visit call MSG Verhagaen, 608-388-5379. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The full text of provisions and cla uses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/. The provisions at 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Re presentations and Certifications-Commercial Items apply to this acquisition; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52. 212-5, Contract Terms and Conditions Requ ired To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authoritie s and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapp ed Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Regist ration. DFARS Clause 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 applicable clauses in paragraph (b): 252.225-7001, Buy Ame rican Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea (Alt III). In accordance with FAR 39.106, th e contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote fo rm, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit prices, extended total prices per CLIN; anticipated delivery time after award, DUNS number, and COMPLETED FAR 52.212-3 Alt I. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracti ng Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at ht tp://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153 NO LATER THAN 27 Aug 04, 1430 hrs CST. If you have questions, contact Ginger Edgerton, Contract Special ist, (608)388-3109, fax (608)388-5950, ginger.edgerton@emh2.mccoy.army.mil .
- Place of Performance
- Address: SRC Bldg 2643 Fort McCoy WI
- Zip Code: 54656-5153
- Country: US
- Zip Code: 54656-5153
- Record
- SN00645534-W 20040819/040817212545 (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 |