Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOLICITATION NOTICE

59 -- AUDIO-VISUAL SYSTEM (OR EQUAL IS ACCEPTED)

Notice Date
6/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W90EG510882000
 
Response Due
7/5/2011
 
Archive Date
9/3/2011
 
Point of Contact
A. Halim Toulas, 2535128825
 
E-Mail Address
USPFO for Washington
(abdul.toulas@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 is a combined synopsis/solicitation for supplies 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 requirement is issued as a request for quote reference number W90EG510882000. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-52 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20110518. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) 100% SET-ASIDE ONLY; the associated NAICS code is 334310 and small business size standard is 750 employees. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. Highly encouraged site-visit is scheduled for 27 June 2011 at 10:00 AM Pacific Time. Location is 66th Aviation Readiness Center, 6224 2nd Division Drive, Joint Base Lewis McChord, WA 98433. Those who want to attend this site-visit must email their name and information to abdul.toulas@ng.army.mil 24 hours prior with name of the company, name of the individual attending and telephone number. Information can be submitted by fax at (253) 512-8309. The date, time and request for quote offers are due by 5 July 2011 at 3:00 P.M. Pacific time on to abdul.toulas@us.army.mil or fredesvin.quintana@us.army.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the following: AUDIO-VISUAL SYSTEM (OR EQUAL IS ACCEPTED) CLIN0001 - AUDITORIUM AV SYSTEMS: a)Lectern Portable will be provided with connections for four A/V sources (1 EA) b)HDMI Input from Lectern (1 EA) c) VGA 15pin SUB D with 3.5 mm Audio (1 EA) d)Auxiliary 3.5mm audio input for mp3 players (1 EA) e)FACEPLATE OR PANEL (1 EA) f)CAT 6 cable (8 EA) g)Lectern Microphone mount (1 EA) h)Microphone Audio Technica AT ES915/ML (2 EA) i)Tripod stand for Microphone (1 EA) j)Balanced audio cable terminated Neutrik XLR connector (2 EA) k)Video Switch equivalent Extron 60-1052-01, MLS 608 D Eight Input Switcher (1 EA) l)Touch screen control panel Crestron TPS-6L with rack mount RMK-6L (1 EA) m)Touch screen control panel Crestron TPS-6X (1 EA) n)Video Projector 4000 ANSI Lumens with appropriate lens to fill the screen (1 EA) o)Digital Audio processor Biamp Nexia PM (1 EA) p)Wireless Mic with remote receive antenna equivalent Sennheiser EW 135 G3 Handheld (1 EA) q)DVD/VCR combo deck with rack ears MAP RSH (1 EA) r)Equipment Rack Middle Atlantic WRK-44SA-32 (1 EA) s)Audio amplifier QSC CX302V (1 EA) t)Video distribution amps Extron 60-506-03 P2 DA2 xi (2 EA) u)Panel mount connectors for Auxiliary audio input, 3.5mm (for mp3 players), and line input, XLRF (1 EA) v)Machine control system Crestron Pro2 (1 EA) w)Flush mount ceiling speakers Tannoy CMS501 BM will include safety cables, tile-bridge, and C rings where applicable (9 EA) x)USB storage device (1 EA) $__________________LUMP SUM CLIN0002 - CLASSROOMS AV SYSTEM: a)Epson PowerLite 1915 Video projector (no screen required) (11 EA) b)Chief RPA027 projector bracket (11 EA) c)Tannoy CMS501 BM ceiling speakers (22 EA) d)Extron Wall Face Plate and cables to projector (11 EA) e)Extron 60-806-01 HDMI extender set (11 EA) f)Atlas PA 702 audio amp (11 EA) g)Wall Panel with following cable terminations with Female 15pin VGA analog video, Female 3.5mm TRS audio, and HDMI digital video (11 each) $__________________LUMP SUM CLIN0003 - ASSEMBLY HALL: a)Wall-mount or floor standing equipment rack Middle Atlantic WRK-44SA-32 (1 EA) b)Digital signal processor Biamp AudiaSolo (1 EA) c)Audio amplifier QSC CX-1102 (1 EA) d)Controllable via remote device Biamp RED-1F (1 EA) e)Wireless mic receiver Sennheiser EW 135 G3 (1 EA) f)Hand held microphones Shure SM 58 (with on /off switch) (1 EA) g)In/out panel will be a rack-mounted panel including three XLR F mic inputs, one XLR M line out, one 3.5mm F input for mp3 players, and one RCA F input pair (1 EA) h)Loudspeakers must be rated for 120 degree horizontal dispersion pattern Community i2W8 (6 EA) $__________________LUMP SUM CLIN0004 - VTC CART: a)A flat panel display Panasonic TH-58PH10UKA (2 EA) b)Display mounting bracket Chief PSB2053 (2 EA) c)A metal frame, rolling structure Chief PFC Series/Flat Panel Mobile Cart 43-71" (2 EA) d)Upper shelve Chief PAC715 (2 EA) e)Lower shelve PAC710 (2 EA) f)Input panel Extron 60-427-12 (2 EA) g)Input cables Extron 26-499-02 M59-5BNC/6 (2EA) h)Input cables Extron 26-609-01 DVIAM-RGBHVF 6" (2 EA) i)Wall Plate 150 Extron 60-427-12 (2 EA) j)Speakers TY-SP5810WK (2 pairs) k)Tandberg 6000MXP Video Codec's with presenter package (2 EA) $__________________LUMP SUM CLIN0005 - INSTALLATION: a)Installation is need for all 4 CLINS $__________________LUMP SUM NOTE: OR EQUAL IS ACCEPTED AND VENDOR MUST QUOTE ALL OR NOTHING. Installation requirement during 2nd week of August 2011, Location is 66th Aviation Readiness Center, 6224 2nd Division Drive, Joint Base Lewis McChord, WA 98433 WILL VENDOR ACCEPT PAYMENT BY CREDIT CARD? YES [ ] NO [ ] Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligability Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable) FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.237-7, Indemnification and Medical Liability Insurance, Restrictions on Certain Foreign Purchases (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W90EG510882000/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
 
Record
SN02467559-W 20110610/110608235050-f439a786a4c1a47228c996912bec9b03 (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.