Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
DOCUMENT

N -- Sound System Installation - Attachment

Notice Date
8/7/2014
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24114Q0783
 
Response Due
8/21/2014
 
Archive Date
11/19/2014
 
Point of Contact
James Cimini
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-241-14-Q-0783 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-241-14-Q-0783 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-74, May 30, 2014. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 238210, and the size standard is $14.0 million dollars. (v) This requirement consists of two (2) line items: Contractor to purchase, install, and make operational, a complete Sound System for conference rooms located in Building 2 and 22 of the VA Boston Healthcare System, Brockton Massachusetts campus. More specifically described as follows: General Scope The contract will comprise of two separate jobs one will be in Building 2 and one will be in Building 22. There will be a walkthrough for this opportunity on Tuesday, August 12th 2014 at 10:00 a.m. Please meet in the Lobby of Building 22 of the Brockton, campus. Building 2 scope as follows: Contractor will supply all equipment, components, connectors, fittings, and installation of a complete sound system. The recommended equipment for the area in Building 2 is listed below. The project in Building 2 Speakers will be mounted in the suspended ceiling with no publically accessible wiring anywhere in the system. Volume control for each room controlled from the area where the receiver is located. Sound Equipment to be located in Room A-127, Storage, on shelves. Install, program, test and provide training for system. Building 2 minimum, or equivalent, equipment list: "CD player: Onkyo - 6-Disc CD Player - Black, Model: DX-C390(B), SKU: 6762924, Plays CD format; Vector Linear Shaping Circuitry (VLSC) technology; multibit D/A converter; 128x oversampling; 6 repeat modes; 40-track programming; Direct Digital path cable. "Amplifier: Niles - 12-Channel Power Amplifier, Model: SI-1230 SERIES 2, SKU: 1420944, Watts per Channel: 8-ohm configuration: 30W; 4-ohm configuration: 40W, "Microphone: Bogen, Desktop Paging Microphone, MBS1000A. The MBS1000A is a dynamic, dual-impedance, desktop microphone designed for all industrial and commercial public address and paging applications. Impedance: Hi-Z, 50k ohms; Lo-Z, 500 ohms. Frequency response range of 45 Hz to 15 kHz. Sensitivity: Lo-Z: -72 dB +/- 3 dB; Hi-Z: -52 dB +/- 3 dB. Push-to-talk or lift-to-talk operation. "Wires to connect a smart phone and tablet device "Wires and connections for entire system "Ceiling-mounted speakers: Yamaha - 8" 3-Way In-Ceiling Speakers (Pair) - White, Model: NS-IW480CW, SKU: 8285884, Handles up to 120 watts peak power and 35 watts RMS (continuous) power, 8" polypropylene mica filled cone woofer and dual 3/4" dome tweeters, In-ceiling design blends into your home décor while utilizing the wall or ceiling as a cabinet for an immersive sound. Frequency Response: 50Hz - 28kHz, Sensitivity: 86 dB, Impedance: 8 ohms, Mounting diameter: 9-7/16", Mounting depth: 4-13/32". "Ceiling-Mounted Outdoor Speakers: Poly-Planar 6.5-Inch Round Flush-Mount Marine Speakers (Pair), 2-way platinum round speakers. Lead wires and stainless steel mounting hardware included. 400 watts peak power per pair. Waterproof and corrosion proof. Meets or exceeds ASTM UV and salt water spray tests. "Equipment Rack: "Tuner/preamp: We have a new Sony STR-DH130 Receiver for the space. 90 watts x 2 (stereo) into 8 ohms (20-20,000 Hz) at 0.09% THD. 5 stereo RCA audio inputs, two sets of speaker outputs. "Indoor Amplified AM/FM Antenna: We have a new one Room List for Speakers Ceiling-Mounted Speakers by Room Min # of Speakers Room #Room NameQty.Comments OutsideEXT - EXTERIOR CANOPY8Outdoor Speakers A111MULTI-PURPOSE (Conference) Room4 A116RECREATION THERAPY 12 A120RECREATION THERAPY 22 A121CPU ROOM6 A122Open Recreation Area6 A122MUSIC4 A122TV12 A122TV22 A122Computer2 A126READING2 A128VIDEO GAMES4 TOTAL Speakers38 Building 22 Scope of work as follows: Supply and install (1) Audio/Video (HDMI) System for three Conference Rooms Bldg. 22 first floor. Each room to have separate wall mount V-Control. System to consist of (1) Video Router and (1) Audio Controller. 16-8" coaxial speakers to be installed, (6) to each of the larger Conference Rooms and (4) to smaller rooms. Each conference room to have (1) passive Antenna in ceiling for Wireless Mic's. Supply (1) Wireless Receiver and (6) Wireless Mic's and (1) Multi-Processor. Install CL2 Coax between projector and processor and floor box to processor in each Conference Room. Supply all adapters, cables, jumpers to complete system. Install, program, test and provide training for system. Building 22 minimum, or equivalent, equipment list: 000' General VDM230R-100 Wire 75 ohm CL@ Coax (50) General (2065-11-9) Connectors BNC Kings R59 (1) General (KTH-2025) Die Set Kings 11-9 with Teeth (1) Generall (KTH-5000) Crimp Tool (1) BlackMagic (BLABMDVHUBVM) Router Video Broadcast VHUB/VM (3) BlackMagic (BLACONVMGSH-4K) Mini Converter SDI to HDMI (3) BlackMagic ( BLACONVMBHS24K) Mini Converter HDMI to SDI (1) BlackMagic (BLABMDVHUBWSC) Smart Control Video Hub VHUB/WSC (8) Evid 8" Coaxial Ceiling Speakers 80ohm/ 70V (3) Kramer (C-HM/HM-3) Cable HDMI to HDMI 3"' (3) Kramer 9HM/HM-6) Cable HDMI to HDMi 6' (3) Shure (UA221) Passive Antenna Kit/Splitter (6) Shure (SLX24/SM58 H5) Wireless HH Sys with SM58 (6) Shure (UA8100) BNC Cable for Wireless (6) Shure (UA505) Mounting Bracket and BNC Adapter (6) Shure (UA8 518 578) 1/2 Wave Omnidirectional Antenna (1) Rane (HAL2) Multi Processor 2U (1) Rane (RAD16) Remote Audio Device (3) Rane (DR38) Remote Audio Device Digital (3) Crown (CDI1000) Amp Connector Series 2U (1) Middle Atlantic ( WER-16-17) SEC Wall Rack 16 Space 17" (no door) (1) Middle Atlantic (LVFD-16) Front Door Large Perf 16 Space (1) Middle Atlantic (UQFP-2) 2 Fan U!FP-2 Ultra Quiet (vii) Delivery FOB Destination to Brockton VA Medical Center, 940 Belmont Street, Brockton, MA 02132. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. 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: (i)Technical capability of the item offered to meet the Government requirement (ii)Price (iii)Past Performance (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission, and VAAR 852.246-71 Inspection. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.204-10, 52.204-14, 52.219-6, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.223-15. (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Thursday, August 21st 3:00 p.m. eastern standard time (est). Only electronic offers will be accepted; submit quotation to - James.Cimini@va.gov. Walkthrough will be conducted Tuesday, August 12th at 10:00 a.m. starting in building 22 of the Brockton Campus. Quotes shall be on a company letterhead with point of contact clearly listed with name, telephone number, and email address displayed. Quotes shall be submitted with all product names, model and part numbers and quantities clearly described and listed. There shall be a price listed for each piece of equipment and also a separate cost for total number of labor hours and cost per hour. The quote shall have each of the two jobs broken out separately with an itemized listing and a total for the job. There shall also be a grand total listed for the entire job for both areas. Quotes shall contain three past performance references with contact information of similar jobs completed. (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 Place of Performance: Brockton VAMC 940 Belmont Street Brockton, MA 02301 Primary Point of Contact.: James Cimini Contracting Officer James.Cimini@va.gov Phone: 774-826-3371
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24114Q0783/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-14-Q-0783 VA241-14-Q-0783.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1557117&FileName=VA241-14-Q-0783-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1557117&FileName=VA241-14-Q-0783-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03456984-W 20140809/140808001419-5bca61eb5b38a9a98adb7072c578b400 (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.