COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS
74 -- AUDIOVISUAL SYSTEM
- Notice Date
- September 13, 2001
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
- ZIP Code
- 29404-5021
- Solicitation Number
- GPCTWCPOPS20
- Response Due
- September 27, 2001
- Point of Contact
- Jarrod Suire, Contract Specialist, Phone (843) 963-3569, Fax (843) 963-2850, Email Jarrod.Suire@charleston.af.mil -- Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email Anna.Nix@charleston.af.mil
- 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. This solicitation/synopsis reference number is GPCTWCFOPS20 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 334310 with a 750 Size Standard. THIS REQUIREMENT IS NOT CURRENTLY FUNDED. AWARD WILL BE MADE IF FUNDS BECOME AVAILABLE. PRICING MUST BE VALID THROUGH 30 SEP 01. PRICING FOR OPTIONAL ITEMS SHALL BE VALID THROUGH 31 DEC 01. Contractors shall submit a lump sum proposal for all parts and materials numbered 1 ? 17 in the statement of work AND two separate prices for each of the two optional items 1-2 (see statement of work below). All responsible sources may submit a quotation, which shall be considered by the agency. This request for quote is for a complete audiovisual system for a building on Charleston Air Force Base, South Carolina. (See statement of work below. A drawing of the room can be obtained See statement of work below. A drawing of the room is available at website www.eps.gov). Offerors shall state a delivery date of equipment. It is not the government?s intent to make any item in this statement of work a brand name requirement. Any item listed by brand name may be substituted for an ?equal? product. If the offeror substitutes items listed in the statement of work, then the offeror shall submit the specifications of what the item was substituted with. The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: http//farsite.hill.af.mil. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: 1. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes for the total price for the requirement. Technical and price factors, when combined, are equal. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item FAR 52.212-4 Contract Terms and Condition?Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414. DFAR 252.246-7000 -Material Inspection And Receiving Report; FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 52.211-17 -Delivery of Excess Quantities. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 27 September 2001 no later than 4:30 PM Eastern Standard Time. Requests should be marked with REFERENCE NO. GPCTWCFOPS20 and addressed to Jarrod Suire, Contract Specialist, Phone 843-963-3569, fax 843-963-5183/2850, email address jarrod.suire@charleston.af.mil or Anna Nix, Contracting Officer, Phone 843-963-5157, email address anna.nix@charleston.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.=20 Statement of Work: Provide an audiovisual presentation system incorporating dual rear-screen projectors for a dedicated projection room at Charleston AFB. Although the total room size is roughly 21'3" wide x 14'6" deep, the available throw distance for the projection system is only 11'5" due to drywall enclosed ducting in one corner -- it is expected that a short-throw lens and floor mounting of the projector will be required. The system must accommodate two flush-mounted 6' x 8', 3/8" thick DA-LITE screens previously purchased. On the image side of the screens is an 84-seat auditorium (8 rows of seats) roughly 39' deep by 33.5' wide. Seamless video presentation of a single image across both screens is NOT required -- merely that separate sources can be presented on each screen at the same time. It is not the government?s intent to make any item in this statement of work a brand name requirement. Any item listed by brand name may be substituted for an ?equal? product. If the offeror substitutes items listed in the statement of work, then the offeror shall submit the specifications of what the item was substituted with. Proposals should include the following: 1. TWO Mitsubishi LVPX400 LCD projectors including short throw lenses (or compatible LCD projectors suitable for available throw distance and the 6' x 8' viewing area of the already-purchased screens) 2. Appropriate heavy-duty ceiling or floor mounting system for the projectors above 3. Mixers, preamplifiers, amplifiers and equalizers appropriate for microphone and audio inputs below (Biamp AutoOne mic mixer, CPA650 dual amp, MSP22e, D60EQ autoformer, SPM723 preamp or compatible) 4. FOUR ceiling Speakers for auditorium (2' x 2' Atlas Sound speakers or compatible) 5. Body pack transmitter, microphone and rack mountable receiver (Sennheiser EW112A with ME2 Lavalier Microphone or compatible) 6. Handheld transmitter with cardiod capsule and rack mountable receiver (Sennheiser EW135A with MD835 capsule or compatible) 7. A matrix switcher (Extron ISM 182, Bulk 5 BNC Mini HR 1000 or compatible) 8. A 14" computer monitor with rack mounting kit (Sony MB502B or compatible) 9. A Hi-Fi VHS VCR (Panasonic AG2560 or compatible) 10. A DVD Player (Panasonic DVD-RV31 or compatible) 11. Audio components including 5 disk front-loading CD player (TEAC PPDD3200 or compatible) , a 100W AM/FM stereo digital receiver (TEAC PAG780 or compatible), a dual cassette deck with autoreverse (TEAC PW790R or compatible) 12. Color touch panel system (Panja Axcent3 or compatible) 13. Custom control room console for projection room (Winstead model or equivalent) 14. Covered document visual presenter (Elmo EV-400AF or equivalent)=20 15. TWO wall mount speakers (JBL Control 23T or equivalent) 16. Cardio condenser gooseneck microphone (Audio Technique AT857AMx or compatible) 17. All required cables, connectors and system hardware for above equipment Optional Items. =20 Offerors should also provide quotes for the following services. These items may be purchased under a separate purchase order in the future if funding becomes available. Offerors should indicate that prices for these additional items are good through 31 Dec 01. =20 1. Partial installation and integration of system components, including supervising the installation of the projectors, VCRs, stereo receiver, and switching panel by the building contractor. 2. Training of 5 squadron personnel on all aspects of system use.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AMC/437CONS/GPCTWCPOPS20/listing.html)
- Record
- Loren Data Corp. 20010917/74SOL001.HTM (D-256 SN50X592)
| 74 - Office Machines, Text Processing Systems and Visible Record Equip Index
|
Issue Index |
Created on September 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|