COMMERCE BUSINESS DAILY ISSUE OF APRIL 24, 2001 PSA #2836
SOLICITATIONS
66 -- IMMERSE ROOM SURROUND SCREEN PROJECTION SYSTEM
- Notice Date
- April 20, 2001
- Contracting Office
- Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326
- ZIP Code
- 20375-5326
- Solicitation Number
- N00173-01-R-MS04
- Response Due
- May 21, 2001
- Point of Contact
- Mary Sandy, Contract Specialist, Code 3220.MS, F. Janilea Bays, Contracting Officer, (202) 767-3710
- 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. Solicitation number N00173-01-R-MS04, is issued as a request for proposal (RFP). The solicitation, document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23 and DFARS Change Notice 20001213. The North American Industry Classification System (NAICS) code is 333315 with a small business size standard of 500 employees. Contract line item number (CLIN) 0001 is for an immerse room surround screen projection system for use in virtual reality research. Description of Requirements: (1) The contractor shall provide projection capability for three vertical screens and the floor that meet the following specifications: a) Minimum acceptable size for the vertical screens is 7 feet 6 inches tall by 10 feet wide. b) Minimum acceptable size for the floor screen is 10 feet x 10 inches. c) Rear projection is required for the vertical screens, and front projection is permitted on the floor. (2) The contractor shall provide projectors that are capable of the following: a) Stereoscopic projection using LCD shutter or polarized glasses on all screens and floor. b) Projections of a minimum of 1024x768-pixel resolution at a minimum refresh rate of 60Hz. c) Display of at least 120 lumens at the resolution specified in (2)(b) above. (3) The contractor shall provide the cabling to a single equipment rack from all projectors and peripheral equipment (4) The surround screen projection system must fit in an area 32 feet wide by 21 feet deep by 10 feet 10 inches high. The contractor shall allow for existing duct work in the room which is under 10 feet in height. (5) Power requirements for all equipment must not exceed six 20 amp 110 volt circuits. (6) The contractor shall provide the following services on the system: a) Initial installation and set-up of the system which includes focusing, alignment, and calibration of all components and must be completed in ten contiguous business days or less. b) Maintenance service procedures every six months for three years for the following: i) Focusing projection system and ii) Calibration of all components of the provided system; c) Repair and/or replacement of components, at no additional cost to the government, of the provided system within 72 hours of a service call. (7) A tracking system is not a requirement of this specification, however the existing tracking system provided as government furnished equipment must be installed at time of installation of the new projector system. The tracking system provided by the government is an Ascension Technology Corporation Flock of Birds tracking system. (8) The contractor shall provide the technical manuals for the projectors. The required delivery date for the system is July 31, 2001. Maintenance service shall start six months after system delivery and continue bi-annually for three years. The contractor shall deliver the system, all transportation charges paid, to destination in accordance with the clause entitled FAR 52.247-34 FOB Destination (NOV 1991). Receiving Officer, Naval Research Laboratory, ATTN: To be determined (TBD), CODE: TBD, LOCATION: Bldg. 49, 4555 Overlook Avenue, SW, Washington DC 20375-5320. The provision at 52.212-1, Instructions to Offerors -- Commercial (NOV 1999), applies to this acquisition. Proposals will be evaluated on demonstrated compliance with the description of requirements. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. The specific evaluation criteria in order of descending importance to be included in paragraph (a) of that provision are: 1. Technical capability of the item offered to meet the Government's requirement, 2. Past Performance, and 3. Price. Technical and past performance, when combined, are significantly more important than price. For past performance, list the last three contracts or subcontracts during the past three years for similar systems in nature to this requirement. NRL has limited funding; the projector capabilities stated in description of requirements under number two (2) are NRL's minimum requirement; the capabilities stated as follows are preferred and may result in a higher technical rating; offerors may submit one or more alternate proposals that include different projectors that meet or exceed each set of the specified projector capabilities: a) Stereoscopic projection using LCD shutter or polarized glasses on all screens and floor. b) Projections of a minimum of 1280x1024-pixel resolution at a minimum refresh rate of 60Hz. c) Display of at least 145 lumens at the resolution specified in (b) above. Offerors may submit one or more alternate proposals that include different projectors that meet or exceed each set of the specified projector capabilities. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 1999), with its offer and 252.212-7000 (NOV 1995), Offeror Representations and Certifications -- Commercial Items which can be found at http://heron.nrl.navy.mil/contracts/reps&certscomm.pdf. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), applies to this acquisition. Addenda to clause 52.212-4 to include the following clauses: 52.237-1 Site Visit (APR 1984) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (FEB 2001), applies to this acquisition. The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332); and 52.232-36, Payment by Third Party (31 U.S.C. 3332). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEC 2000), applies to this acquisition. The Contractor agrees to comply with the DFAR clauses in this paragraph (a) which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10 a-10d, E.O. 10583); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment (10 U.S.C. 2410); 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2410); and 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). The clause at 252.204-7004 Required Central Contractor Registration (MAR 1998) applies to this acquisition. The applicable Defense Priorities and Allocations System (DPAS) rating is DO-C9. A site visit will be held at the Naval Research Laboratory on May 3, 2001 at 1:00 p.m. Offerors who plan to attend must submit a visit request by April 30, 2001 to: Naval Research Laboratory, Attn: Code 3220.MS, Site Visit N00173-01-R-MS04, 4555 Overlook Avenue S.W, Washington, D.C. 20375. Requests may be faxed to the following fax number, 202-767-0430. The visitor requests should be prepared on company letterhead and must contain the following information for each person attending. Name, social security number, citizenship, purpose of visit. Any substitutions/additions to visitor requests must be received by April 30, 2001. The classification level of the visit is "UNCLASSIFIED." Questions will not be entertained during the site visit. Any questions arising from the site visit or this synopsis/solicitation must be submitted in writing and may be faxed to (202) 767-0430 or by e- mail to sandy@contracts.nrl.navy.mil. All questions will be formally addressed and answered in an amendment to the synopsis/solicitation. All attendees must abide by the following to attend the site visit: (a) One form of identification will be required (i.e., drivers license). All foreign nationals will be required to show greencard. (b) No cameras, tape recorders, or other reproduction devices will be allowed. (c) The Government reserves the right to inspect all material, briefcases, etc. when entering or leaving the Government facilities. (e) Each visitor will be required to sign in and out. Private meetings or discussions with the Government personnel will not be entertained. Offers are due by: May 21, 2001, 4:00 p.m. EST at the Naval Research Laboratory, 4555 Overlook, Ave. S.W., Washington, DC, 20375-5326, Building: 222, Room: 115. For information regarding the solicitation, contact Ms. Mary Sandy at telephone number 202-767-3710, sandy@contracts.nrl.navy.mil or at fax number 202-767-0430.
- Record
- Loren Data Corp. 20010424/66SOL003.HTM (W-110 SN50J7Y6)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on April 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|