DOCUMENT
59 -- Audio and Video Upgrades for EOC - Drawing
- Notice Date
- 9/19/2008
- Notice Type
- Drawing
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D3A28248A002
- Archive Date
- 10/9/2008
- Point of Contact
- Lauren N Weitzel,, Phone: 301-981-3391, Shayla Canty ,, Phone: 301-981-2357
- E-Mail Address
-
lauren.weitzel@andrews.af.mil, shayla.canty@afncr.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- A/V Upgrades for EOC Body of Synopsis/Solicitation to be entered. 1. A/V UPGRADES FOR ANDREWS AFB EMERGENCY OPERATIONS CENTER BLDG 3056. Request for Quotation (RFQ) F1D3A2828A001 DUE 24 Sept 2008, 10:00 pm Eastern Standard Time (EST). Point of Contact: A1C Lauren Weitzel, 301-981-3391, Contracting Specialist; Lt. Shayla Canty, 301-981-2357, Contracting Officer. 2. This RFQ has been set aside 100% to small business; all responsible sources may submit a quote (see Numbered Note 1). 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. 4. This announcement constitutes the only RFQ; quotes are being requested and a written solicitation will not be issued. 5. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080212. 6. The North American Industry Classification System (NAICS) code is 334310 and the business size standard is 750 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Item Numbers (CLIN): CLIN 0001: Quantity/Units- 8 Each, Item description: Projectors and Screens CLIN 0002 Quantity/Units- 1 Each, Item description: Video Teleconferencing Package 9. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and purchase award purposes. 10. Period of Performance: CLIN 0001 – CLIN 0002: 28 Sept. 2008 – 28 Oct 2008 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to award to a single purchase order resulting from this solicitation.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose quote who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the RFQ, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.219-6 Notice of Total Small business Set-Aside; FAR 52.222-3 Convict labor; FAR 52.222-19 Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.232-33 Payment by Electonic Funds Transfer_central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Quoters are required to complete and include a copy of the following provisions with their quotes (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. 14. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 15. Contact A1C Lauren Weitzel at 301-981-3391 or e-mail lauren.weitzel@afncr.af.mil to obtain a solicitation handout. Proposals must be received no later than 4:00pm EST, 29 August 2008. Proposals can be mailed to: 316 CONS/LGCBB, ATTN: A1C Lauren Weitzel, 1535 Command Drive, E-202, Andrews AFB, MD 20748. Facsimile proposals will be accepted at 201-981-1910. PERFORMANCE WORK STATEMENT for Upgrade Andrews AFB A/V Equipment, Emergency Operations Center Bldg 3056 1. SCOPE: A. The contractor shall provide purchasing action and complete operational installation of all required items on this contract. B. The project site is: Emergency Operations Center 3056 E. Perimeter Rd. Andrews AFB, MD 20762 2. AUDIO/VISUAL SPECIFICATION: A. This PWS establishes the minimum requirements for the acquisition and installation of a complete and usable audio/visual system. All requirements and configurations shall be in accordance with the room layout shown in the attached drawings and the specifications below. The completed installation shall comply with American Disabilities Act Accessibility Guidelines and OSHA requirements. a.Video- The system will have either two ceiling mounted projectors and two ceiling recessed tensioned electric screens or a video display wall. The system shall provide video for up to (8) displays. Video sources will include: 1.Two (2) owner furnished computers at the EM Cell desk 2.Two (2) wall plates for computer connection at the Directors/Managers desk 3.One (1) DVD/VCR located at the EM Cell desk 4.One (1) owner furnished Cable Television Source connected to a tuner 5.One (1) video teleconferencing codec All sources shall be connected to a matrix video switcher and allow for four sources to be displayed on a single projector. A Smart Sympodium shall be provided to enable digital annotation of computer sources. b.Audio- Provide surface mounted speakers and ceiling recessed speakers. Sources for the system will include: 1.Two (2) owner furnished computers at the EM Cell desk 2.Two (2) wall plates for computer connection at the Directors/Managers desk 3.One (1) DVD/VCR located at the EM Cell desk 4.One (1) owner furnished Cable Television Source connected to a tuner 5.One (1) video teleconferencing codec 6.Wireless microphones (for VTC) c.Video Teleconferencing- The system shall be capable of both IP and ISDN calls. Multi-site and content sharing capability is required. Provide two (2) cameras one mounted in the front center of the room between the screens and one on the side of the room pointed towards the screens. d.Control system- Provide a wired touch panel and a wireless touch panel to perform multiple functions for all the audio and video inputs. e.Equipment racks- All equipment shall be located in professional equipment racks by the EM Cell desk or in an adjacent room. f.Drawing- See attached drawing for proposed furniture and A/V layout. B. The Contractor shall provide specifications and user guides on all equipment. C. WARRANTY. The Contractor shall provide manufacturer's standard warranty. 3. DELIVERY, STORAGE AND HANDLING. The Contractor shall be responsible for the receipt, storage, and handling of all materials and supplies necessary to provide a complete and fully operational installation. A. Delivery location: Emergency Operations Center 3056 E. Perimeter Rd. Andrews AFB, MD 20762 B. Storage Requirements/Expectations: The contractor shall confine all apparatus and the operation of the work force to the project site. All equipment will be delivered to the site at the time of use. All equipment shipped early will be stored off base, in a weather or vandal and theft proof storage facility, until ready for installation. C. Contractor Examination Requirements: The contractor shall examine new equipment for damage or blemishes. Reject all substandard items. The contractor shall check the equipment for completion of the orders and for correctness of the shipment. Correct all problems promptly to ensure a smooth and timely installation. 4. PROJECT CONDITIONS. All deliveries shall be coordinated through the user, and Base Security Police, as appropriate. 5. INSTALLATION: A. The contractor shall be responsible for verification of site dimensions and conditions. Discrepancies shall be noted prior to the beginning of the installation. B. Installation, including aisle widths and clearances will be in compliance with the Life Safety Code and American Disabilities Act Accessibilities Guidelines (ADAAG). C. The Contractor shall provide a crew experienced in installation of the required items and capable of meeting the contract requirements. D. Installation of all items is to be in accordance with manufacturers' recommendations and instructions. E. All items and accessories are to be installed plumb, level, square, and with proper alignment with adjoining furniture. F. The Contractor shall clean, polish and inspect all install items and accessories for proper installation and free of defects. If damaged, contractor is responsible for replacement at no additional cost to the government. G. The Contractor shall remove all packing materials and installation residue from the project site and the Base at the end of each day. H. Upon completion of installation, the Contractor shall leave the project site in a neat and clean condition. Attachment 1: EOC Layout Requirements:
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a0c267bdbe45701408eb815821bc063&tab=core&_cview=1)
- Document(s)
- Drawing
- File Name: Drawing for room with A/V upgrades (drawing.doc)
- Link: https://www.fbo.gov//utils/view?id=96cb4b8655ffc0e8393b8d84a59e755c
- Bytes: 231.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Drawing for room with A/V upgrades (drawing.doc)
- Place of Performance
- Address: BLDG 3056, ANDREWS AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01676463-W 20080921/080919221507-9a0c267bdbe45701408eb815821bc063 (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 |