SOLICITATION NOTICE
38 -- Audio Visual System for Training Room
- Notice Date
- 9/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442792320053
- Archive Date
- 10/9/2009
- Point of Contact
- David A. Volberg, Phone: 7074247737, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
david.volberg@travis.af.mil, josephine.cobb@travis.af.mil
(david.volberg@travis.af.mil, josephine.cobb@travis.af.mil)
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FM442792320053; Video Display System. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 10 Sep 2009, DCN 20090825, and AFAC 2009-0803. This acquistion will be Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334310. The business size standard is 750. The Federal Supply Class (FSC) is 5895. The Standard Industrial Classification (SIC) is 5064. This request for quotation consists of the following: CLIN 0001: Audio Visual System; Includes: 3M DLP Projector, Speakers, Stereo Audio Amplifier, Wireless Mouse and Keyboard, Equipment Rack that contains a power conditioner/outlet strip, and a a contol panel. Details: System must be able to display video from a DVD/VCR player, a local desktop PC, and a guest laptop. It needs to havea stereo audio amplifier and wall mounted speakers mounted above the white board. The system is to be controlled by a simple interactive control system to include wireless keyboard and mouse. Display system shall consist of a wall mounted 3M DLP projector w/ I R Remote; 2600 ANSI lumens of brightness, will display WXGA (1280x768) resolution and standard NTSC video. This will be mounted above the existing white board. Inputs for the system: VGA laptop input in the front of the room and new DVD with HDMI connection. The Control system will consist of a push button panel mounted on an equipment rack, will be used for power on/off, selection of input sources, and control audio volume. Need to be able to play all audio and video of all three sources and switch between them. The equipment rack must have a front and back door that is lockable, a powerstrip this mounted into the shell. It must also have a control unit integrated. Also requesting an optional interactive whiteboard that enables the white board to be a touch screen that controls the desktop, PC, and also capture digital notes from the whiteboard. (1 each); Award shall be made in the aggregate, all or none. Please provide quote valid for at least 30 days. The following provisions/clauses apply to this solicitation. FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instruction to Offerors – Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation);FAR 52.219-28 Post Award Small Business Program;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; FAR52.222-41 Service Contract Act of 1965 [Wage Determination No: 2005-2069; Revision No. 8; Date of Revision: 05/26/2009];FAR 52.222-42 Statement of Equivalent Rates for Federal Hires [23470 Laborer, $15.35 + 33% Fringe benefits. This statement is for informational use only. This is not a wage determination.]; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.212-7001 Contract Terms and Conditions DEVIATION; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ];DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contrac tor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to David.Volberg@travis.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 22 September 2009. Quotes are to be provided by fax or email NO LATER THAN 24 September 2009, 12:00 PM, PST. Point of contact is David Volberg, A1C, Contract Specialist, telephone (707) 424 7737, david.volberg@travis.af.mil. Alternate POC is Josephine Cobb, telephone (707) 424 7720, josephine.cobb@travis.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442792320053/listing.html)
- Place of Performance
- Address: Travis AFB, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01962972-W 20090922/090920233425-6d0e8371e8a24a9a1b134758c66d6aa4 (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 |