Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

69 -- MANAGEMENT INFORMATION PRESENTATION SYSTEM

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0581
 
Response Due
5/16/2006
 
Archive Date
5/26/2006
 
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.bpn.gov/ for more information. This procurement is small business set-aside; all responsible sources may submit an offer. This is a combined synopsis / solicitation 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 constitutes the ONLY solicitation. Solicitation number / RFQ N00244-06-T-0581 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 12/13/00.! The standard industrial code is 3651, the business size standard is 750 and the NAICS Code is 334310. The agency need: MANAGEMENT INFORMATION PRESENTATION SYSTEM Manufacturer Description Quantity NEC / MITSUBISHI 40? (PROFESSIONAL) LCD MONITOR 2 PREMIER ULTRA SLIM TILT MOUNT 2 EXTRON RSU 129; 1U 9.5? DEEP UNIVERSAL RACK SHELF KIT 1 TANDBERG VIDEOCONF 6000 MXP 1 TANDBERG DOMESTIC CUSTOMER CORE WARRANTY 1 TANDBERG CODEC 6000 MXP NATURAL PRESENTER PACKAGE (NPP) 1 TANDBERG CODEC 6000 MXP MULTISITE (MS) (REQUIRES NPP) 1 TANDBERG WAVE II CAMERA 1 AUDIO TECHNICA TABLE MICROPHONE WITH 7.5M CABLE 2 TANDBERG V.35 INTERFACE 1 ICI CAMERA MOUNT FOR POWERCAM (FITS OVER 2-GANG BOX) 1 TVONE HIGH RESOLUTION COMPUTER-TO-VIDEO SCAN CONVERTER 1 SAFENET/ MYKOTRONX KIV7HSB ENCRYPTION DEVICE 1 SAFENET/ MYKOTRONX POWER SUPPLY 1 ADTRAN ISBN BRI IMUX 1 ADTRAN V.35 TO RS530 CABLES 1 AVS DIAL ISOLATION MODULE- RACK MOUNTED 1 CFE HIGH RESOLUTION COMPUTER 1 EXTRON RGB 109X1 DEDICATED VGA-OXGA INTERFACE WITH AUDIO AND ADSP DEDICTED INTERFACE WITH ADSP 2 EXTRON HIGH RESOLUTION COMPUTER INTERFACE MOUNT 1 EXTRON H S A POP UP 1 SONY DVD/ VCR COMBO 1 EXTRON VYC100 1 EXTRON RSU 129 1 NEC MITSUI TWIN SPEAKERS 2 AMX WIRED PANEL 1 AMX PS4.4 1 AMX INTEGRATED CONTROLLER CAGE WITH MASTER 1 AMX CONTROL MODULE RACK MOUNT 1 AMX POWER SUPPLY 1 GYRATION ULTRA PROFESSIONAL OPTIC SUITE KEYBOARD AND MOUSE 1 FURMAN POWER SEQUENCER 1 EXTRON CROSSPOINT 300 88 HVA 42? STAND ALONE EQ RACK WOOD GRAIN 1 MIDDLE ATLANTIC FINISH 1 MIDDLE ATLANTIC REAR RACK RAILS 1 MIDDLE ATLANTIC 15 AMP POWER STRIP 1 MIDDLE ATLANTIC VERTICAL LACING BAR 1 MIDDLE ATLANTIC EQUIPMENT RACK DRAWER 1 MIDDLE ATLANTIC 1 SPACE VENT 1 MIDDLE ATLANTIC 2 SPACE UNIVERSAL RACKSHELF 1 MIDDLE ATLANTIC 1 SPACE UNIVESAL RACKSHELF 1 MIDDLE ATLANTIC 2 SPACE BLANK 1 MIDDLE ATLANTIC DVD/ VCR COMBO RACK MOUNT FOR SONY RDR-VX515 1 Photos and Specifications to be included with quote for each item. Items that do not have specifications please identify. All items are to be delivered to: Commander, Explosive Ordnance Disposal Group One, San Diego CA 92155. Delivery Schedule is 20 June 2006. Shipping: F.O.B. Destination San Diego CA 92155. 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, offered 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 clause: Material Requirements. 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; FAR 52.247-34, F.O.B. Destination. 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; and FAR 52.211-6, Brand Name or Equal. 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. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award w ill be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors ? Contractor Evaluation System, Red / Yellow / Green Program applies. 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 submit 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 3:00 P.M. (Local Time) on 16 May 2006, and will be accepted via fax (619-532-1088) or via e-mail (charles.e.fletcher@navy.mil). The contact phone number of Charles E. Fletcher II is (619) 532-2658. Attachments to be in Word 6.0 or higher and ten (10) pages or more will not be accepted via fax.
 
Record
SN01046607-W 20060513/060511221241 (fbodaily.com)
 
Source
FedBizOpps 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.