Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

71 -- Large Instructor Stations

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2746 Harison Loop, Fort Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
W81JBM92291000
 
Response Due
9/4/2009
 
Archive Date
3/3/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W81JBM92291000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423210 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-04 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Eustis, VA 23604 The USA ACA Fort Eustis requires the following items, Brand Name or Equal, to the following: LI 001, Instructor Station, Exact Furniture Company Model MM-2500 or equal. Use the MM-2500 as a descriptive baseline for the equal candidate. To meet the minimum requirements, modifications to the baseline MM-2500 COTS model or equal must be made and are as follows. All modifications are described in terms as those required to the Exact MM-2500. 1. Delete the lap-top connection panel on the work surface and replace with identical wire routing grommet hole that comes standard on the right hand side. Installation location will be on the left hand side of the top of the station and should mirror the standard right hand location in edge measurements. 2. Delete square holes in bottom of podium. Interior floor is to be reasonably air tight. 3. Add flush mounted filtered air inlet panel on the right side of the podium above the wire management grommet. Minimum size to be 3.5 X 19 inch. 4. Increase document camera drawer (upper right hand side) depth size to accommodate the QOMO 6100FX. 5. Replace the included COTS MM-2500 station 8 outlet surge protector bar with a 12 outlet, 20 amp, 125 Vac power strip to be mounted on the rear interior wall near the top of the lower computer space. Power strip minimum cord length is 12 feet. Options available to the COTS MM-2500 instructor station, or equal, must be included to meet the requirements. They are: 1. Add 50 Cubic Foot per Minute air movement quiet cooling fan in computer compartment to evacuate hot air from computer area. Noise level not to exceed 10Db at instructors standing location. 2. Add CT-100 Digital countdown timer with display indicating time remaining from selectable start point times of 90 minutes to 1 second. Timer to be enclosed in furniture grade laminates shaped to allow the timer to be placed on the station surface and visible to the instructor without blocking the view of the monitors. 3. Add PL100 goose neck podium led light for keyboard illumination in low light classroom conditions. Mounting of the light shall illuminate the left hand keyboard without obstructing the instructors view of the monitor., 60, EA; LI 002, Flat panel monitor table top mounts, Chief FSBO18BLK or equal. 2 per instructor station Or equal brand single display table stand will have 0-90 degree variable viewing angle. It will accommodate 18" VESA 75 X 75 mm and 100 X 100 mm compliant displays. The stand must allow the monitor to be attached so that the bottom of the monitor frame is at the mounting surface (top of podium) with the monitor in the vertical position., 120, EA; LI 003, SMART Sympodium, ID370 (Sympodium Interactive Pen Display SMART Notebook Software v10) or equal. In order to be considered equal, substitute hardware must operate with DOIM approved software. The operating software must be network compliable with the Army's DOIM requirements. Or equal item will have a 17 inch (diagonally measured) monitor with XSGA display, accompanying software to be equal to Smart notebook, a tilt stand, USB cable, HD15 video cable, a power supply with 100V-240V AC 50/60 Hz, maximum 37 watt power consumption, and a two year warranty. Resolution shall be XSGA 1280 X 1024 pixels. Contrast ratio of 500:1, brightness or luminance of 300 cd/m squared, auto adjustment time less than 2 seconds, display response time of 8 milliseconds, and on screen display control for brightness, contrast, horizontal position, vertical position, phase, language, reset, color setting, color adjustment (for red, green, and blue). Capability to operate between 41 degree F to 95 degrees F with 20-80% humidity non-condensing., 60, EA; LI 004, Delivery, installation and assembly of instructor stations and components. Computers are GFE and will be connected by the Government., 1, EA; LI 005, Training on system for 160 instructors must be provided for one year after delivery. Training to be on the Fort Eustis installation and offered monthly for the first six months and quarterly for the remainder of the year. Total is 8 training classes. Class size is 20., 1, EA; LI 006, One year on site warranty. Service response time for warranty repairs shall be no more than 48 hours from notification., 1, EA; For this solicitation, USA ACA Fort Eustis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Eustis is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/W91QF1/W81JBM92291000/listing.html)
 
Place of Performance
Address: Fort Eustis, VA 23604
Zip Code: 23604
 
Record
SN01936309-W 20090903/090902010058-a721ab61ceb303f7538bd9d4834cdbad (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.