MODIFICATION
D -- Projectors/Lamps
- Notice Date
- 8/8/2007
- Notice Type
- Modification
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G0AB7127A100-PROJECTOR-SYSTEM
- Response Due
- 7/25/2007
- Archive Date
- 8/9/2007
- Point of Contact
- Paul Sanders, Contract Specialist, Phone 702-652-9576, Fax 702-652-9570, - Kevin Weiss, Contract Negotiator, Phone 702-652-8454, Fax 702-652-3367,
- E-Mail Address
-
paulw.sanders@nellis.af.mil, kevin.weiss@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Items to be Procured: 1.Projector-Resolution: 1024x768 dots, Luminosity 3500 Lumens, projection distance up to 25?, input specs: XGA capable, Mitsubishi XD2000 or equal. 2 EA 2.XD2000 (or equal) Replacement lamps. 2 EA 3.Suspended ceiling adapter for projector. 2 EA Ceiling mounts. Fixed position; only to be adjusted during installation. 2 EA 4.Custom 12? wide x 5? height (no smaller that 5? and no larger than 10?; 5? preferred), fixed wall mount screen. 2 EA 5.Extron Matrix Switcher, 6x4 (input X output), with audio or equal. Suggested 3.5" H x 17.0" W x 9.4" D (2U high, full rack wide).1 EA 6.Rack enclosure with custom shelves and power, metal preferred, Mid-Atlantic or equal. Must fit selected matrix switcher and amplifier and include appropriate Rack Mount Shelf for DVI Interface (Extron Part # RSB-126 or equal).1 EA 7.Extron DVI Interfaces DVI-RGB-150 or equal. To be mounted in rack, requires 1U 6" Deep Basic Rack Shelf. 1.7" H x 8.7" W x 6.0" D.4 EA 8.Amplifier-power 60W or greater, with modules, TOA 906 or equal. Suggested 3.9" height x 16.5" width x 14.1" depth.1 EA 9.Speakers-10-150 Watt, Black finish, wall mount, Bose or equal.1 PR 10.Custom computer cable for 6 computer inputs.1 EA 11.Custom audio cables for 6 computer inputs.1 EA 12.Custom Video cables for video inputs.1 EA 13.Steel conduit to house all cables.1 EA 14.Electrical hardware for AC power circuits.1 EA 15.Installation, including all hardware installation, cable installation and termination, system integration and field testing, additional power for projectors, project management and hand off training, travel, labor and all other expenses.1 EA 16.Maintenance agreement, to include quarterly cleanings and system inspections, converts all factory warranty to on site, 3 years.1 EA **All line items must be compatible with each other.** -A site visit is scheduled for August 2, 2007 @ 1000. Contractors wishing to attend shall notify Senior Airman Paul Sanders via e-mail to register for attendance (paulw.sanders@nellis.af.mil) by July 25, 2007 @ 1000 PST. Contractors will meet at the visitor?s center on Craig Road at Nellis Air Force Base, Nevada with valid driver?s license, current vehicle registration, and proof of vehicle insurance. Quotes should be in the following format: price for each line item independently and total price for all line items combined. Please submit any accompanying documentation with quote. Award Basis: Lowest Price Technically Acceptable. The following factors will be used to evaluate the offer: price, and product conformity. Federal Acquisition Regulation (FAR) provision; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25; Affirmative Action; FAR 52.252-1, Provisions Incorporatd by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. The following clauses apply to this solicitation and resulting award: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6, Total Small Business Set-aside; FAR 52.222-21, Previous Contracts & Compliance Reports; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law ? Breach Contract Claim; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; FAR 52.247-34, F.o.b. Destination, DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to paulw.sanders@nellis.af.mil or you may fax them to the attention of SrA Paul Sanders at 702-652-9570. Please contact SrA Paul Sanders with any questions/concerns at 702-652-9576 (voicemail inopperative). Quotes are due on or before 4:30pm Thursday 12 Jul 07, Pacific Standard Time. Point of Contact: Paul Sanders, Contract Administrator, Phone 702-652-9576, Email paulw.sanders@nellis.af.mil Kevin Weiss, Contract Negotiator, Phone 702-652-8385, Email kevin.weiss@nellis.af.mil ************************************************************** **********Attached are the minutes to the Site Visit********** SITE VISIT MINUTES FOR F3G0AB7127A100 Projectors/Lamps MEETING TOPIC: Mission requirements and security restrictions of providing a projector system with audio and visual presentations. DATE: 2 AUG 2007 The purpose of this site visit was to gain knowledge of mission requirements and allow contractors to ask questions in order to supply the best value product to the 561st Joint Tactics Squadron. In addition, contractors were given the opportunity to obtain measurements of the conference room, existing electrical circuit breakers, doorways and upcoming demolition of a wall to increase the area of the room. Lt Sean Blair and SrA Paul Sanders met contractors at the visitor?s center on Craig Road. A 15 passenger van was utilized to transport contractors to 5490 Pease Drive, Bldg 1114. Once at Bldg 1114, I signed contractors in and informed them of security requirements that restrict cell phones, PDA?s, etc to pass through the entryway to the compound. Major Santos then escorted us through the building to the appropriate room where the installation will take place. An infrastructure representative with a camera was present throughout the meeting. Major Santos started the meeting by displaying a map of the building and the particular room we were in. This briefing room will be used to brief distinguished visitors, so quality is a determining factor for award. Major Santos mentioned that the west wall of the room will be demolished expanding the room from 17? x 21? to 25? x 21?. A contractor asked when the renovation would take place. Major Santos & Lt Blair stated that they will take construction time into consideration in the performance of this project, and expect to receive quotations now so that the projector project can immediately begin as soon as the wall is down. The projection screen was to go on the wall behind the west wall with consideration of the circuit breaker box in the center of the wall. A suggestion was made to project the images on the east wall. Major Santos and the Infrastructor rep agreed and the installation location was changed to the east wall. Major Santos explained that he wanted 2 projectors and 2 screens to have the ability to display an image of classified video and unclassified video meshed together or 2 classified videos displayed simultaneously in the standard briefing room. He also expressed his desire to play DVD?s, CD?s, etc. CPU?s must be 3? apart per regulations as stated by Maj Santos. The 2 projectors need not be separated by 3?. Lt Blair raised a question of using wireless keyboards, mice, clickers, etc because of mission control security issues. Major Santos nor the Infrastructor rep knew. SrA Sanders agreed to contact the comm squadron and supply contractors and provide Major Santos an answer by COB 3 August 2007. Further discussion of the matrix switcher led to the desire to plug in a laptop to a podium station. Also, the audio controls need to be separated in it?s own stand at least 3? from the podium. Stereo requires quality speakers. The podium as stated by Major Santos is to be a stationary object due to the wires hooking up the equipment at the podium. The option of having a small screen in the podium for the briefer to use was discussed; preferably recessed in the podium to prevent the briefer from having to look around the monitor to view the audience seated at the roundtable. Major Santos would like contractors to provide a screen for the podium and install it, but not supply the 2 CPU?s. Major Santos consulted the Infrastructure rep and determined that no microphones are needed or requested for this project due to the small room size. A contractor asked if the 561st wants 1 main picture or 2 pictures. Major Santos stated he would like the ability to switch between multiple videos by the operator at the podium as well as a station at the roundtable in the center of the room as an option. Lt Blair asked if contractors are expected to buy computers or would the 561st be supplying the computers. Major Santos said that the 561st will supply computers. A contractor asked if they were to provide power sources for the projectors and computers. Major Santos stated contractors would supply the power source. Major Santos stated that he would like the screens fixed to the wall with the possibility of electrically controlled up and down. Contractors were requested to supply quotes in an optional CLIN for this by Lt Blair. It was advised by a contractor that using florescent light will have a negative effect on the picture quality and suggested the 3 lights closest to the screens be placed on their own switch in order to turn them off while presenting video/picture displays. Major Santos said that the 561st would like a projector that is brighter than the one they currently use to be able to see images such as road maps. The size of the screens was agreed upon by Major Santos to be 60X80 for both screens. Current projector model is: Epson Powerlite 820. Lt Blair asked Major Santos about manning in the building in evening hours and weekends. A contractor asked what the earliest time of the day would be for them to start work. The start time was decided by Major Santos to be no earlier than 0730. Contractors mentioned that installation of the entire projector project will be no more than one week. Lt Blair asked contractors to specify what is involved in quarterly cleanings in their proposals. Major Santos stated that he would like the warranty for maintenance to include next business day repairs. A contractor asked what the due date was for quotes. I stated that the 14th of August would remain unless all present had a need for more time, in which it would be open for discussion. No contractor verbalized a need for additional time and said that they only needed a couple of days to submit a quote and the 14th was sufficient. Quotes remain due by 14 August 2007. Also, the means of supplying a quote was questioned. My response, backed by Lt Blair, was that electronic via e-mail was the best method, but I would accept postal mail or facsimilie. PAUL W. SANDERS, SrA, USAF Contract Specialist KEVIN R. WEISS, Capt, USAF Contracting Officer ****************End of Site Visit Minutes******************* ************************************************************ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/99CONS/F3G0AB7127A100-PROJECTOR-SYSTEM/listing.html)
- Place of Performance
- Address: NELLIS AFB, NEVADA
- Zip Code: 89191-7063
- Country: UNITED STATES
- Zip Code: 89191-7063
- Record
- SN01366714-F 20070810/070808225924 (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 |