|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy
Avenue, Suite 100, Langley AFB, VA, 23665 67 -- PROJECTION SYSTEM SOL F44600-99-T0778 DUE 092499 POC Eddice
Hazen, Purchasing Agent, Phone 757-764-4916, Fax 757-764-4927, Email
eddice.hazen@langley.af.mil -- Clifford Hooven, Contracting Officer,
Phone 757-764-4918, Fax 757-764-7447, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44600-99-T07
78&LocID=203. E-MAIL: Eddice Hazen, eddice.hazen@langley.af.mil. (i)
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in the Federal Acquisition Regulation
(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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE
AVAILABLE. The solicitation will be issued on the World Wide Web and
can be found at the following web site: http://www.eps.gov/. (ii)
Solicitation F44600-99-T0778 is issued as a Request for Quote using
Simplified Acquisition Procedures found in FAR Part 13. (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 97-13. It is the
contractor_s responsibility to be familiar with applicable clauses and
provisions. (iv) This acquisition will be 100% small business
set-aside. The Standard Industrial Classification Code is 3861 with a
small business size standard of 500 employees. (v) The 1st Contracting
Squadron has a requirement for a Sharp Projection System. (vi) The
system includes the following commercial items, Brand Name or equal:
CLIN 0001 MTX Speakers, wall speakers/2 way/65 watts, shielded, part
number UF5-D, quantity 2 each; CLIN 0002 ETA Power Distributor, part
number FR 453-2, quantity 1 each; CLIN 0003 Kramer Matrix Switcher,
part number ECMX-0, quantity 1 each; CLIN 0004 JVC Stereo Receiver,
high output stereo receiver with remote output for commercial
applications, part number RFR-7, quantity 1 each; CLIN 0005 JVC S-VHS
VCR with 4 heads, stereo and remote control, part number RFT-5,
quantity 1 each; CLIN 0006 Custom Cable Package to include RGB, 232,
coaxial, audio, composite, 5BNC and control cabling, distribution amps,
wall plates and connectors, part number 59-CCI, quantity 1 each; CLIN
0007 Kramer Distribution Amplifier, part number V0-119, quantity 1
each; CLIN 0008 Design engineering, diagrams, and wiring diagrams, part
number AVENG, quantity 1 each; CLIN 0009 Gold Level Installation to
include labor to professionally install equipment on site, provide
training on all equipment and operations. Delivery, set-up,
installation, fine tuning, and cleaning are included in the
installation, part number AVINST, quantity 1 each; CLIN 0010 Sony Video
player, Hi 8mm, part number ECV200, quantity 4 each; CLIN 0011 Sony
Monitor, Dark Gray, part number KV20S42, quantity 6 each; CLIN 0012
Custom Gliding Dry Erase Units (Claridge), part number AVCWB, quantity
6 each; CLIN 0013 Quartet Dry Erase Board, 48_ x 96_, Magnetic, part
number QRT-2548, quantity 8 each; CLIN 0014 Quartet Chalkboard, 48_ x
96_, part number QRT-2428, quantity 1 each; CLIN 0015 Mounts and
Installation for Claridge Dry Erase and Chalk Boards, part number
AVMAI, quantity 1 each; CLIN 0016 Sharp Projector, Conference room
series, resolution (1024 x 768) XGA, super-bright 1500 Lumens, 100:1
Contrast, 375 watt metal halide, stereo audio, 1:1.6 Zoom, shift lens,
wireless remote that controls focus, shift, zoom and has laser
pointer, built in mouse control, black screen mode, projector capable
of triple stacking, and 3-year warranty /90 days on lamp, part number
XG-E3500U, quantity 1 each; CLIN 0017 Sharp Projector mount, part
number AN-XGCM30, quantity 1 each; CLIN 0018 Peerless Ceiling plate,
part number 67-411, quantity 1 each. Contractor will furnish all plant,
labor, equipment and material and perform all operations necessary to
provide a compatible and properly installed projection system for this
unit. Installation will consist of installation of the ceiling mount,
plate, and projector; connecting all equipment, i.e. video player,
speakers, power distributor, matrix switcher, distribution amplifier,
JVC receiver, VCR, all miscellaneous power supplies and training
personnel. One full day (8 hours) of hands-on training will be
conducted in the 94th Auditorium for 10 individuals. (vii) Delivery:
Date of delivery and installation will be 90 days after receipt of
order. Delivery will be quoted as FOB Destination to 151 Sweeney Blvd,
Langley Air Force Base. Responsibility and Inspection: Unless
otherwise specified in the contract or purchase order, the supplier is
responsible for the performance of all inspection requirements and
Quality Control. (viii) The following FAR provisions and clauses are
applicable to this procurement: 52.212-1, Instructions to Offerors --
Commercial Items (JUN 1999), is hereby incorporated by reference.
Addendum to FAR 52.212-1 A site visit is scheduled for September 17,
1999 @ 9:00 AM, 151 Sweeney Blvd, Langley AFB, VA 23665. Coordination
must be done with POC TSgt Benjamin Clark, 757-764-3452. Site for
installation will be addressed at time of site visit or via telephone
conversation with POC if site visit not preferred. Offers must be
itemized and individually priced according to CLIN numbers and include
legible descriptive literature for evaluation purposes. The Government
reserves the right to delete one or more items off this solicitation if
necessary. (ix) Solicitation provision at FAR 52.212-2, Evaluation _
Commercial Items (JAN 1999), is hereby incorporated by reference.
Evaluation _ Commercial Items (JAN 1999) (a) The Government will award
a purchase order 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 and
(ii) price. The technical evaluation will be a review and evaluation of
descriptive literature to meet or exceed specifications. Award will be
made to the lowest offeror determined to be technically acceptable.
(x) Offerors are reminded to include a completed copy of the provision
at 52.212-3, Offeror Representations and Certifications -- Commercial
Items (JUN 1999), and 252.212-7000, Offeror Representations and
Certifications-Commercial Items (NOV 1995), with his/her offer. Contact
our point of contact for full text if necessary. (xi) Clause 52.212-4,
Contract Terms and Conditions -- Commercial Items (MAY 1999) is hereby
incorporated by reference. (xii) Clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (MAY 1999) is hereby incorporated by reference. The
following paragraphs apply to this solicitation and any resultant
contract 39.106, 52.211-6, 52.222-26, 52.222-35, 52.222-36, 52.222-37.
(xiii) Additional Contract Terms and Conditions applicable to this
procurement are: Clause 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Order Applicable to Defense
Acquisitions of Commercial Items (JAN 1999), is hereby incorporated by
reference. The following paragraphs apply to this solicitation and any
resultant contract 252.204-7001, 252.204-7004, 252.211-7003,
252.225-7001, 252.247-7023 and, 252.247-7024. (xiv) The Defense
Priorities and Allocation Systems (DPAS) assigned rating for this
procurement is A70. (xv) There are no applicable Commerce Business
Daily numbered notes. (xvi) This announcement will close 2:00 PM (EDT)
24 Sep 1999. Signed and dated offers, to include a complete listing of
all items, must be submitted to 1st Contracting Squadron/LGCV, Attn:
Eddice Hazen, 74 Nealy Avenue, Suite 100, Langley AFB, VA 23665-2088.
Responsible sources may submit a bid, proposal, or quote which shall be
considered. Offers may be submitted via mail or facsimile. (xvii) POC:
Eddice Hazen at 757-764-4916, fax 757-764-7447, or e-mail
eddice.hazen@langley.af.mil. Posted 09/10/99 (D-SN379110). (0253) Loren Data Corp. http://www.ld.com (SYN# 0284 19990914\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|