SOLICITATION NOTICE
58 -- Request for Quote, Televisions, Projectors and Wireless Amplifier
- Notice Date
- 11/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-11-T-5001
- Response Due
- 12/28/2010
- Archive Date
- 2/26/2011
- Point of Contact
- Bryan Baldwin, 406 324 3410
- E-Mail Address
-
USPFO for Montana
(bryan.j.baldwin@us.army.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 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. This request is a hundred percent set aside for small business concerns. The NAICS code is 423430 and size standard is less than 100 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. A. PROJECT DESCRIPTION: The Montana Army National Guard (MTARNG) requires the purchase, installation, and testing of selected projectors and televisions (TVs), as well as an in-building Wireless Amplifier for Verizon Wireless cell phones and blackberries, at the MAFRC (Missoula Armed Forces Reserve Center) on 9383 Running W Road, Missoula MT 59808. The MAFRC is a 70,601 square feet brick building. Attachments complimenting this RFP are: a.INFIN3116.pdf b.Projector TV information details for RFQ.xls B. STATEMENT OF WORK 1.Offeror will purchase, install and test an In-building Wireless Amplifier that will provide wireless phone and data coverage when inside the building. Amplifier shall provide adequate signal coverage to all building workspace, primarily located in the East and West side of the building, in the most efficient and cost effective way. a.The amplifier shall support Verizon Wireless, AT&T, Alltel devices. b.There are three telecom rooms inside the building. Offeror will need to find a path to the roof for the cellular antenna using the telecom rooms or mezzanine. i.Telecom Room 103 has a 1 inch conduit going to the roof of the building and is near the entrance of the building. 2.Offeror will purchase, install, and test 9, 40 to 46-inch TVs and 1 TV mount. Refer to the attachment for more details. a.During the site visit, offeror will measure to measure and determine the optimal sized TV to fit in the area where the mount is already placed, without disrupting the screen or whiteboard that is next to the mount. b.Each TV will have a coax cable ran from TV mount location to the designated telecom room. i.The physical fitness room will need a TV mount and TV. Offeror will determine the optimal location for the TV and mount. Location is subject to approval by government Project Manager. c.All TVs will be identical with a VGA, S-video and RCA input. d.A faceplate of the same color as the existing faceplates will be used for the coax cable behind each TV. e.If batteries do not come with TVs, supply batteries for each remote. f.Footage for coax cables on attachment. g.Type of coax cable and connectors that will be used are RG6 Quad Shield Coax cable and Compression type connectors (ex. Digicon). h.Each coax cable will be labeled with room number and the designated telecom room. i.Routing of the coax cable will follow the same aesthetic look as the voice and data cables. 3.Offeror will provide 8 Projectors and 5 additional long VGA cables and 8 USB cables. Refer to the attachment for more details. a.Offeror will purchase, install, and test the Infocus IN3116 or Equivalent. If another brand name is quoted, provide technical specifications in proposal to determine equivalency. b.The projector mounts are already installed in the building using the IN3116 specifications in relation to the already installed screens. If another brand name is quoted, quoted projector shall be mountable to existing mounts at no additional cost to the government. i.The IN3116 specifications are attached as a reference. c.Power extension cord may need to be used in the multi-use rooms, black in color to reach ceiling power outlet. d.Offeror will replace the blank double-gang beige faceplates on both ends of the cables in the multi-use rooms. The vendor supplied faceplate will have a USB and VGA output so a user can plug in their USB or db15 pin cable to their laptop. i.The faceplate near the projector side can be a standard bulk cable wall plate, double-gang. Example is Vanco 120623X Bulk Cable 2-Gang Faceplate, beige.. e.See attachment for length of USB and VGA cables for specific rooms. Offeror must be CEDIA certified and have at least one technician that holds a CEDIA EST Level II certification and be on site through entire project. B. INSTRUCTION TO OFFERORS 1.Offeror shall be CEDIA certified and have at least one technician that holds a CEDIA EST Level II certification and be on site through entire project. 2.All equipment furnished under resulting delivery order must be new. Used or refurbished equipment is unacceptable 3.Offeror must include a technical narrative in their quote detailing the means and methods used in installation and testing of the requirement equipment. Narrative shall demonstrate understanding and conformance with the above the statement of work. Narrative shall include: a.Detail explaining the type of wireless amplifier and technical solution. Products specification must be included in proposal; b.Detail explaining the offeror's path to the existing telecom rooms determined. Proposed path is subject to approval by the government prior to installation; and c.Provide a proposed project progress schedule in the technical narrative with a proposed period of performance. 4.Quote the LiteShow II Wireless ready accessory as an option on both the technical narrative and priced proposal. Government's acceptance of this option is subject to availability of funds. i.If government chooses the option of adding the Liteshow II wireless adapters, each projector and adapter will be labeled accordingly for identification. 4.Equipment, materials, model numbers shall be listed and itemized as part of the offerors priced quote. Offeror shall propose a firm, fixed price for all materials, conforming to above statement of work, to include installation. 5.Offeror shall take full advantage of existing rebates and free accessories, like bulbs, when buying bulk projectors to delivery installed equipment at the lowest price to the government. 6.Include warranty documentation with proposal. C. QUESTIONS AND ANSWERS Email all questions to CPT Bryan Baldwin, bryan.j.baldwin@us.army.mil. Do not contact the J6 or MAFRC tenant units as this will only delay receipt of answers. Questions must be received NLT 4:00 pm MST on 17 December 2010. Answers will be provided with questions on a non-attribution basis and will be posted to the RFQ as an amendment. D. SITE VISIT A site visit will be conducted on Thursday 16 December 2010, at 11:00 am MST. Please meet in the entry of the MAFRC on 9383 Running W Road, Missoula MT 59808. Please email a list of attendees to bryan.j.baldwin@us.army.mil, not later than 14 December 2010, 4:00 pm MST. This will be the ONLY site visit. Information provided at the site visit does not replace any information provided in this RFQ. E. QUOTATION DUE DATE: All are due by Tuesday, 28 December 2010 at 4:00 pm MST. Email quotes will be accepted. Please email to bryan.j.baldwin@us.army.mil. Facsimile proposals will not be accepted. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). 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: Price and Technical Capability. Offerors will submit technical specifications of the product, to include warranty information, with the quote. If products from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration APRIL 2008 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APRIL 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) JUN 2008 52.219-6 Notice of Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Diabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.211-7003 Item Identification and Valuation AUG 2008 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea MAY 2002 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers may be submitted by hard copy to the USPFO for Montana, ATTN: CPT Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than December 28, 2010 by 4:00 P.M. Mountain Standard Time. Email quotes will be accepted, with the same deadline. Facsimile quotes will not be accepted. Please email to bryan.j.baldwin@us.army.mil. If you have any questions, please contact CPT Bryan Baldwin at 406-324-3410 or email bryan.j.baldwin@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-11-T-5001/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN02335525-W 20101202/101130234231-7304ceb117488155daeabe459c79fa3c (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 |