Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1999 PSA#2357

Directorate of Contracting, Attn: AFRC-FM-DC, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153

69 -- PREMIER SXGA HDLV DESKTOP PROJECTOR SOL DAKF61-99-T-0002 DUE 061199 POC Linda Marten, Contract Specialist, (608) 388-2705; Brenda Heuer, Contracting Officer, (608) 388-3203 WEB: Click here to access DBS Contracting Web Page, http://www.mccoy.army.mil/garrison/dbs/doc. E-MAIL: Click here to E-Mail Contract Specialist, linda.marten@emh2.mccoy.army.mil. This is a COMBINED SYNPOSIS/SOLICITATION for a commercial item prepared in accordance with the Simplified Acquistion Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under DAKF6199T0002. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This action is set aside 100% for Small Business; the Standard Industrial Classification (SIC) code is 3669 with a size standard of 750 employees. A fixed price contract is anticipated for two (2)line items. CLIN 0001, Quantity 4 each, Premier SXGA HDLV Desktop Projectors to Include Supporting Pipes and Mounts. The Government is interested in obtaining performance and physical features equal to or above those offered by AMPRO 300 Desktop. Specifications required are as follows: (1) Brightness: 1000 Lumens, (2) LCD Panels: 3-1280 x 1024 Reflective HDLV panels, (3) Video Compatibility with Video Decoder: NTSC 3.58, PAL, SECAM, and NTSC 4.43, scaled to 1280 x 1024 pixels, (4) Computer Compatibility: VGA, SVGA, XGA, SXGA and MAC 13"-19", all scaled to 1280 x 1024 pixel, (5)Contrast>100:1, (6) Lens: F3.5-F4.2(f=54-75.6) Power Zoom Lens Throw Ratio: 2.1 to 3.1:1, (7) Power Requirements: AV90v-260V, 50/60Hz, 210 Watts, (8) Color Temperature Nominal 6500 Degrees K, (9) Inputs/Outputs: Input: 1 VGA (Mini D-=sub 15 pin), 1-RGB HV (using 5 BNCs), 1-Composite Video; 1-S-Video NTSC, PAL, SECAM (optional): Output: 1-RGB HV (mini D sub 15 pin), Signal Format: RGB analog, sync on green, (10) Sync: Level 0.3 to 1VPP; H and V; Composite sync; sync on green, (11) Audio: 2-Built-in speakers/1Watt output each; stero mini-jack x 2 (RGB input); RCA pin-jack x 1 (video input); stero mini-jack x 1 (RGB output),(12) Remote Control; Infrared and RS-232 (9-pin D-sub connector), (13) Lamp: 270 Watt Metal Halide/Typical lamp life 2,000 hours. NOTE-Award Will Be Based On Best Value To The Government. CLIN 0002, 1 Lump Sum, Installation which requires ceiling mounting. The construction contractor will provide the projector outlet which shall consist of 4" square x 2 1/8" deep covered outlet box. Mount box using a bracket that attaches across ceiling grid, above ceiling at installtion location will provide a six foot long 3-#12 MC Cable Equipment Whip Off of projector outlet. Projector Installer shall make final connection of whip to projector. The electrical contractor under this contract shall make the final power connection inside projector outlet box. Required delivery is by 10 June 1999 which must coincide with the construction schedule, with FOB point at destination. Delivery will be to ARRTC, 50 South "O" Street, Fort McCoy, WI, 54656-5137. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. The provision at FAR 52.212-2 Evaluation-Commercial Items is included. Paragraph (a) is completed as follows: The factors to be used in the evaluation of offers are (i) technical capability of the item to meet stated requirements, (ii) price, and (iii) past performance paragraph (b) is completed as follows: Technical and price factors are similar in value and are significantly higher in value than past performance. To evaluate technical capability of item offered, offeror must submit literature demonstrating product's physical and performance features. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies (no addenda). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b):52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds transfer-Central Contract Registration. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside applies. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquistions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance Payments Program. Also included are the following DFARS Provisions and Clauses: 252.204-7004, Required Centeral Contractor Registration; 252.225-7000, Buy American Act-Balance of Payments Program Certificate. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation Number (DAKF61-99-T-0002), offeror's complete mailing address and remittance address, discount terms, unit price, anticipated delivery time after award, terms of any express warranty, literature demonstrating physical and performance features of offered product, DUNS number, and COMPLETED FAR 52.212-3. Quotes and applicable literature must be received at DBS,Contracting, 2103 South 8th Ave, Fort McCoy, WI, 54656-5153 NO LATER THAN 1630 HRS (CST) 11 JUNE 1999. Person to contact for addtional information regarding the RFQ is LINDA MARTEN, Contract Specialist, (608)388-2705, FAX: (608)388-7080, e-mail: linda.marten@emh2.mccoy.army.mil Numbered Note 1 -- 100% Set-Aside applies. Posted 05/27/99 (W-SN336638). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0360 19990601\69-0001.SOL)


69 - Training Aids and Devices Index Page