Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

59 -- Audio and Visual Equipment Upgrade - Experience Questionnaire

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-12-0091
 
Archive Date
8/29/2012
 
Point of Contact
Keely Nouveau, Phone: (406) 329-3993
 
E-Mail Address
kmnouveau@fs.fed.us
(kmnouveau@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Items Experience Questionnaire AUDIO/VISUAL EQUIPMENT UPGRADE FOR THE AERIAL FIRE DEPOT NORTHERN ROCKIES TRAINING CENTER 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. AG-03R6-S-12-0091 is issued as a request for quotation (RFQ) for Audio and Visual Equipment Upgrades for the Aerial Fire Depot - Northern Rockies Training Center of the Forest Service, Missoula MT. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This acquisition is a total Small Business Set aside and the NAICS code associated with this acquisition is: 334310; small business size standard is 750 employees. SCHEDULE OF ITEMS Item No. 1- Audio and Visual Equipment Upgrades Item Description 1.1 Upgrade audio and visual equipment and functionality of existing equipment per specifications described in this solicitation, with delivery and performance to the Aerial Fire Depot, Northern Rockies Training Center, Missoula MT, TOTAL QUOTE tiny_mce_marker___________ Price quoted must include delivery. *Please Provide quotes on attachment labeled "Schedule of Items". Evaluation of quotes will be based on the evaluation clause and the procedures defined in FAR Part 13.106-2. GENERAL CONTRACT SPECIFICATIONS BASIS OF AWARD One award will be made. Offer of award will be made to the Quoter(s) whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to such factors as price and past performance. The Experience Questionnaire will be used as part of this evaluation. STATEMENT OF WORK Description of Work: The overall scope of work is updating the audio and video systems in selected conference rooms at the Northern Rockies Training Center (Pintler, Missouri River and Bob Marshall rooms). All rooms are to receive a new, updated video presentation scaler that incorporates HDMI connectivity to service the new generation of electronic devices. The new scalers will also have a direct USB port that is capable of displaying JPEG slideshows without the need of a computer. These scalers will replace the current Kramer Scaling units. All rooms will receive new audio equipment that consists of four (4) new surface mount speakers that are powered by a Yamaha stereo amplifier. The sound system will be able to reproduce audio from any of the multiple sources that are incorporated to any given room. These will include, but are not limited to: Computer presentations, video conferencing, camcorders/cameras, DVD. All rooms will receive integrated Unified Communication microphone systems from ClearOne. These systems consist of overhead microphone arrays (each consisting of three microphone pickups) that have intelligent calibration and auto-echo cancellation. Microphones will run the main ClearOne mixer via CAT-5 cable. In addition to the mixer, the COM unit will allow for integration with: Video Teleconferencing systems, computer-hosted video conferencing (Skype, Go To Meeting, WebEX, etc), traditional landline (analog) teleconferencing. Each area will have a wired (or wireless ) DIALER unit from which calls may be placed. The system must provide for high-fidelity vocal pickup of any speaker (person) in any location of the room. It should have intelligence to recognize who is talking and calibrate the vocal pickup to that location. All areas must also receive a basic Control4 automation module and handheld remote that will control all parts of each system. Coordination and Scheduling: The affected areas of the Northern Rockies Training Center are occupied. Contractor shall work very closely to coordinate with the Contracting Officer's Representative (COR) in the scheduling of the work to be performed. Site Visit: No site visit is planned for this project. For descriptions of the work or other questions about the project, contact the Northern Rockies Training Center, Rosie Lemire @ (406) 329-4986. For technical questions about providing pricing for this project, contact Keely Nouveau (406) 329-3993. DELIVERY AND PERFORMANCE Performance and Delivery to: Aerial Fire Depot 5765 Highway 10 West Missoula, MT 59802 Delivery and performance must be during normal business hours of 8:00 a.m. and 4:00 p.m, Monday through Friday. Required date: Fall of 2012 QUOTES/OFFERORS DUE DATE AND PLACE Offers/Quotes are due at the Western Montana Acquisition Zone, US Forest Service, Building 24 - Fort Missoula, Missoula, MT 59804 by Tuesday, August 14, 2012 at 4:30 MST. Faxed or e-mailed quotes will be accepted. Please fax quotes to: 406-329-3866 or e-mail: kmnouveau@fs.fed.us. Please call 406-329-3993 for verification of receipt of fax. The following must be included with your quote to be considered complete and therefore evaluated for award: 1. Completed Schedule of Items 2. Experience Questionnaire 3. Proof of ORCA registration or completed copy of the provision at FAR 52.212-3 Solicitation Information For information regarding this solicitation please contact the following: Purchasing Agent: Keely Nouveau Email: kmnouveau@fs.fed.us Phone: 406-329-3993 Contract Terms and Conditions The provision at FAR 52.212-1 Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition. The provisions at FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) will be used as follows: (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: (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: Past Performance Price Past performance is equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APRIL 2012) with offer or proof of registration in ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUL 2012), applies to this acquisition and in addition to this provision are the following addenda: FAR 52.215-5 Facsimile Proposal (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 406-329-3866. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. FAR 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is from October 1, 2012 through December 15, 2012. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.246-2 Inspection of Supplies-Fixed-Price is incorporated by reference (AUG 1996) 52.223-19 Compliance with Environmental Management Systems (MAY 2011) 52.245-1 Government Property (APR 2012) 52.245-2 Government Property Installation Operation Services (APR 2012) 52.245-9 Use and Charges (APR 2012)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-12-0091/listing.html)
 
Place of Performance
Address: Aerial Fire Depot, 5765 Highway 10 West, Missoula, Montana, 59802, United States
Zip Code: 59802
 
Record
SN02829004-W 20120809/120807235418-ad20677df9ae41e05f5a10ff897f7c4c (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.