SOLICITATION NOTICE
70 -- AMX Multimedia System Upgrade
- Notice Date
- 3/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FM500000470201-Multimedia_Upgrade
- Archive Date
- 4/30/2010
- Point of Contact
- Jessica L. Roybal, Phone: 907-552-2469, Alfredia M Tyler, Phone: 907-552-7573
- E-Mail Address
-
jessica.roybal@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil
(jessica.roybal@elmendorf.af.mil, alfredia.tyler@elmendorf.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-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This is a solicitation of Purchase Request FM500000470201 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a small business size standard of 100 employees. This acquisition is set aside for small businesses. All responsible Contractors shall provide a quote for the following: The purpose of this project is to provide the labor and materials necessary to upgrade the Government's multimedia presentation system and room control system. The system shall be capable of displaying images from both computer and NTSC video sources. Line Item 0001: Provide and Install one 4500 lumen XGA resloution multimedia projector Line Item 0002: Provide and install one wireless graphical user interface and one integrated system controller for System Control. Provide and Install one 8.4 inch wireless Touchpanel with the following defined features and functionality: 1- Single point of Control Line Item 0003: Provide and Install one 8.4 inch Wireless Touchpanel -With the following defined features and functionality: A) Display input selection // B) VGA Switching- No Matrix Switching // C) Audio level control // D) System Power // E) NTSC Video Selection // F) source device control --- i) VCRs- Play, Pause, Stop FFWD, REW, SFWD, SREW // ii) DVD- Play, pause, stop, SFWD, SREW // iii) Cable TV- Channel Selection, Menu Navigation Line Item 0004: Provide and Install the following components in the Government provided equipment rack: a) Netlinx Controller and Peripherals b) Remote Controllable Surge Suppressor. Include a one hour hand-off training session (to be completed within 30 days of the final acceptance of the system) Training shall take place at the Government's location during normal business hours, at a time convenient to all parties concerned. A site visit will be conducted on 8 April 2010 at 0900 (Alaska Daylight Time) at the 3rd Medical Group, 5955 Zeamer Ave, Elmendorf AFB, AK 99506-3620. Contact Jessica Roybal at (907)552-2469 or email- jessica.roybal@elmendorf.af.mil if you plan to attend, have any questions or for information on accessing the base. Shipping and Delivery: Shipping costs shall be included in line items and date of delivery shall be NLT 30 days ARO. Place of delivery for acceptance and FOB point will be 3rd Medical Group, 5955 Zeamer Avenue, Elmendorf AFB, AK 99506-3620. Delivery POC: Ken Jeter (907)580-6309. Additionally, offers of equal quality must include a copy of the technical description and/or product literature. The following provisions apply to this acquisition:; FAR 52.212-1 is supplemented per following addenda: "Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 -- Combating Trafficking in Persons; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act- Alternate (I); 52.225-5 -- Trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases; The clause at DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001, (Dev)Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including subparagraphs: 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036, Buy American-Free Trade Agreement-Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea; 252.247-7023 Alt III, Transportation of Supplies by Sea; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by April 15, 2010, 12:30 pm (Alaska Daylight Time). Quotations shall be submitted to: 3rd Contracting Squadron/LGCB, Attn: Amn Jessica Roybal, via fax to 907-552-7496 or e-mail: jessica.roybal@elmendorf.af.mil. (End of Text)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FM500000470201-Multimedia_Upgrade/listing.html)
- Place of Performance
- Address: 5955 Zeamer Ave, Elmendorf AFB, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02102216-W 20100327/100325234632-2d32c47f72488aec29adbb50d2b0c755 (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 |