Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOURCES SOUGHT

99 -- Upgrade/replacement for the projection display subsystem at the FAA William J. Hughes Technical Center, Atlantic City, NJ

Notice Date
5/12/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-4A AJA - Technical Center (Atlantic City, NJ)
 
ZIP Code
00000
 
Solicitation Number
10729
 
Response Due
5/16/2011
 
Archive Date
5/31/2011
 
Point of Contact
Colleen McGuire, 609-485-9038
 
E-Mail Address
colleen.ctr.mcguire@faa.gov
(colleen.ctr.mcguire@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
ALL OFFERS AND/OR QUESTIONS MUST BE DIRECTED TO colleen.ctr.mcguire@faa.gov in writing. The Federal Aviation Administration (FAA) has a requirement for upgrade/replacement of the projection display subsystem of the Air Traffic Control Tower/Airport Simulation System located in Building 170 at the FAA William J. Hughes Technical Center. This announcement is a Request for Quote (RFQ) for upgrade/replacement of the projection display subsystem with ultra High Definition Systems at FAA William J. Hughes Technical Center, Building 170, Atlantic City, New Jersey. SCOPE OF WORKThe following equipment, installation and shipping shall be provided for the upgrade/replacement of the projection display subsystem of the Air Traffic Control Tower/Airport Simulation System: Equipment, installation and shipping (if any) required: 1.) Quantity: 13 Manufacturer: Christie Digital Model: 133-002103-01 Description: DWU670-E 1-DLP, HD 2.) Quantity: 13 Manufacturer: Christie Digital Model: 133-100102-01 Description: Lens 0.8:1 Fixed Short 3.) Quantity: 12 Manufacturer: Christie Digital Model: 003-102119-01 Description: Lamp 330W P-VIP Series 4.) Quantity: 1 Manufacturer: Custom Display Solutions Model: VS113PR1X13 Description: Vistawall Solution, 113" diagonal, 1x13 Array, JH-110207AAV1 5.) Quantity: 1 Manufacturer: Custom Display Solutions Model: Install Description: CDS Factory Certified Supervisory Technician to install and align the above system, two days on-site (FAA Technical Center). Firm-fixed inclusive price for two days. Installation to take place on or about August 22, 2011 through September 2, 2011. Exact date to be coordinated with the FAA COTR. 6.) Quantity: 1 Freight if any. (Firm-fixed price.) The FAA will not pay for any information received or costs incurred for preparing responses to this announcement. Therefore, any costs associated with a response to the RFQ are solely at the interested vendor's expense. A tiered evaluation of offers will be used in source selection, and offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible small business concerns were received.The CO will specify the tiered order of precedence for evaluating offers. An example of a tiered order of precedence is (descending in order):(a) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in SBA's 8(a) program.(b) Service-disabled veteran owned small business (SDVOSB);(c) Very small business;(d) Small business; and(e) Other than small business.Once offers are received, the CO will evaluate a single tier of offers according to the order of precedence specified above. If no award can be made at the first tier, the evaluation will proceed to the next lower tier until award can be made with ample competition. The North American Industry Classification System (NAICS) code for this requirement is 333315 for Photographic and Photocopying Equipment Manufacturing with a size standard of 500 Employees. Vendors must complete the attached Business Declaration Form and return with quote submittal. All potential vendors must be registered in the Central Contractor Registry website (www.ccr.gov) for consideration of this award. OFFERS ARE DUE NO LATER THEN Monday, May 16, 2011, 12:00 pm (Eastern Time). OFFERS RECEIVED AFTER THAT DATE WILL NOT BE CONSIDERED. Offers must provide statement that their firm can meet the tentative delivery and installation date to take place on or about August 22, 2011 through September 2, 2011. All submittals must be directed to: colleen.ctr.mcguire@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/10729/listing.html)
 
Record
SN02446083-W 20110514/110512234300-bbd1adecf4d46d1a404b6102dfb2c25b (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.