SOLICITATION NOTICE
65--65 -- Audio Visual Conferencing System
- Notice Date
- 5/31/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Denver Distribution Center, P.O. Box 25166, Denver, Colorado 80225-0166
- ZIP Code
- 80225-0166
- Solicitation Number
- 791-17-06
- Response Due
- 6/7/2006
- Archive Date
- 7/7/2006
- 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 the only solicitation; Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ 791-17-06 is issued as a request for quote (RFQ) from the Veterans Administration, Denver Distribution Center (DDC). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 334510 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is 100% Set Aside for Small Business, Women and small disadvantaged business are encouraged to submit offers. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an equal product, specification sheets, manufacturer and part number of the item must be included in quotation. The requirement is as follows. The contractor shall: deliver, and install a high-end professional audio/visual conferencing system in room C250 using the following equipment/specifications. Display Devices and Mounts: NEC HT1100, commercial HD projector, Draper LCD Lift A, in-ceiling projector lift w/bomb bay doors, Perfect Vu PVEM169106, motorized 16 x 9 projection screen, Marantz PD5050, high definition plasma monitor, Peerless Industries PLA-1, articulating wall mount w/MRZ plate. Audio/Interface/Controls: TOA Electronics A-712, 120 watt commercial amplifier w/ports, OA U14 R, line level audio input module with auto muting, A M01 S, microphone input module, Audio Technica series 1400 wireless microphone hand held and headset included, Lowell C1830-70-K, 70 volt speaker with grill and volume control, Lowell LBS8-R1, ceiling tile bridge (required by code), Lowell XCP-84, fire code rated back box (required by code, High definition switching system with friendly interfacing, Extron MLC 206AAP, media link controller w/mounting, Extron IRCM-DVD+, IR DVD control module, Extron MLS 506, six input A/V media switcher, Extron DVS 304, digital video scaler with auto select input, Extron RGB 109xi, dedicated VGA/QXGA interface with ADSP, Extron WP 150, wall plate with computer A/V connectors, Universal Remote MX-3000, touch screen remote, Universal Remote MRF-300, RF router for MX-3000, Marantz DV4600, progressive scan DVD, MP3, CD-RW player, JVC HRS 9911, commercial SVHS VCR w/4MB frame memory. Equipment Rack(s), Lowell L259-42, equipment rack with wheels, Lowell L15-310, rack mount equipment shelves, Lowell L18-193L, rack mount locking equipment drawer. Miscellaneous: 8 meter Audioquest YIQX custom VGA cables, plenum rated as per code, 262? Signature #162, 16/2 64 strand OFC plenum rated speaker wire, Speakercraft AT-1.0, IR connecting block, Speakercraft IRC-3.0ALR, IR receiver, Speakercraft PS-1.0, regulated power supply, Audioquest YIQai, 2 meter A/V cable. Hardware and parts: Calibration/Programming, ISF certified video calibration of NEC projector, ISF certified video calibration of Marantz plasma monitor, Universal Remote master programmer certified programming of MX-3000. Provide pricing for each component/unit, installation, and total price the entire system. Guarantee all equipment and installations for one year after the completion of installation. Response to all service calls within one hour, ensuring support is on site within two hours during warranty period. Be responsible to insure that all structural work is compatible with the surrounding areas and shall match the existing adjacent areas to present a smooth and esthetically pleasing finished product. Upon completion of the entire system, test all components to insure proper operation and that all parts and equipment have been installed per the manufacturer?s recommended procedures or in such a manner if no recommended procedures are available to assure a safe assembly for access and egress to the upper storage unit. Remove and dispose of the existing materials. Clean or repair any furniture or carpet damage. Provide training on proper use and preventive maintenance procedures for all equipment provided/installed. Delivery, which shall occur within 21 calendar days of contract award, shall be FOB DESTINATION to Bldg. 2040, 341st Medical Group, Malmstrom A.F.B., Montana. The contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item and the following addenda apply: ADDENDA TO 52.212-1: Offers may be submitted via e-mail to noella.bond@ mail.va.gov, or fax to (303) 914-5422, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, which represents lowest evaluated cost or price, technically acceptable bid. Technical acceptability will be evaluated based on the function and operation of the item in accordance with the Government's specifications or Equal. Equipment must be equal in specifications, as well as in quality and reputation. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. NOTE: Offerors are not required to submit the Representations and Certifications specified in this clause if your firm has registered online at Online Representations and Certifications Application (ORCA), located at http://orca.bpn.gov/publicsearch.aspx, and your information available for Government review at this website. 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the following addenda are applicable to the caluse: ADDENDA TO CLAUSE: 52.212-4: CONTRACTOR REMITTANCE ADDRESS All payments by the Government to the Contractor will be made in accordance with 52.232-34, payment by Electronic Funds Transfer ? Other than Centeral Contractor Registration 52.232-36, Payment by Third Party ADDENDA TO CLAUSE 52.212-4 INVOICE PROCEDURES ALL INVOICES FROM THE Contractor must be mailed to: VA DENVER DISTRIBUTION CENTER Attn: Fiscal Dan Felton 155 VAN GORDON ST., STE 501 LAKEWOOD, CO 80228. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5,14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via http://www.vets100.com. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $25,000 or more or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers are to be received at the VA Denver Distribution Center, (Overnight Services) 155 Van Gordon St., Lakewood, CO 80225-0168, P. O. Box 25166, Denver, CO 8025-0166 (Normal Mail), Attn: Noella A. Bond, or via email noella.bond@mail.va.gov or fax (303) 914-5422 no later than 4:00 P.M. mountain daylight time on JUNE 7, 2006.
- Place of Performance
- Address: Malmstrom AFB, MT
- Zip Code: 59402
- Country: United States
- Zip Code: 59402
- Record
- SN01059660-W 20060602/060531220647 (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 |