SOURCES SOUGHT
62 -- LITE PROJECTION SYSTEM
- Notice Date
- 4/29/2004
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- Reference-Number-RML-RFI-0001
- Response Due
- 5/24/2004
- Archive Date
- 6/8/2004
- Point of Contact
- Julienne Keiser, Purchasing Agent, Phone 406-363-9370, Fax 406-363-9376, - Lynda Kieres, Purchasing Agent, Phone 406-363-9210, Fax 406-363-9288,
- E-Mail Address
-
Jkeiser@niaid.nih.gov, lkieres@niaid.nih.gov
- Description
- This Sources Sought Notice is a request for information only, in accordance with FAR Subpart 7.3, as supplemented with additional information included in this notice. This announcement is issued in order to obtain responses for comparison purposes only and will not result in a contract if Government performance is determined to be more advantageous. The North American Industry Classification System (NAICS) code for this procurement is 334310 and the small business size is 750 employees, however, this acquisition is unrestricted and open to both small and large business concerns at this stage. SCHEDULE: The National Institutes of Health, National Institute of Allergy and Infectious Diseases, Rocky Mountain Laboratories, Office of Technology Information Systems is seeking sources that can provide a Conference Room Lite Projection System. The System should include the following: (1) Video projector (not LCD) to be supplied for multi-media use including computer, teleconferencing, VCR, DVD, HDTV or any NTSC, PAL or SECAM source. (2) Brightness must be 3000 ANSI lumens or greater; projector should include heavy duty ceiling mount, and be capable of projecting high quality video a distance of 37? (from projector room to screen). (3) A video processor capable of scaling and processing inputs including composite, component, or s-video to a 1024 X 768 RGBHV output. HDTV and VGA or XGA input switching to be included. (4) A touch screen controller system (wireless) is to be supplied and programmed to control the following: System turn on/off including video source and audio source selection macros; volume adjustments for 4 audio sources except client?s microphone which already exists (interface to an existing Peavey XR-600F); lighting control (interface to an existing Lithonia Control Systems Master Control Station); control of the client?s 35mm slide projector (advance, reverse, focus in/out). (5) An input enclosure at the front of the room to be supplied with inputs for audio, composite, s-video, component, HDTV, and computer. A selection of connection cables that input into these jacks for the client to be supplied. All jumpers, connectors, cabling, fasteners, and other parts necessary to provide a complete working solution are to be included. All components are to be installed to industry standards. Completed system to be warranted for a minimum of one year from date of completion by installer and will include a complete training session on usage and include up to 10 service calls/training add-ons during the initial one year warranty period at no charge to client. The Government will provide any physical modifications necessary to the conference room and/or projection room window to accommodate lite projector. Following is a list of items that already exist. This list is for information purposes only and is not exhaustive: (1) A screen (140? wide/viewable, 96? high/viewable); throw distance is 37? from approximate location of projector in the projection room to the screen. (2) Lithonia Control Systems Master Control Station. (3) A Peavey XR-600F Mixer/amplifier and speaker system with hand-held microphone, located in projection room. (4) 35mm slide projector with wired remote. (5) A 2? diameter conduit from front of room to projection room. (6) Power in projection room. (7) Various video devices such as VCRs, satellite receivers, video teleconferencing system, laptop computers. FOB Point shall be Destination, Hamilton, MT. Delivery point is Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840 Responses may be mailed or faxed to the POC indicated above (Fax - 406-363-9376). Potential offerors should send a capability statement to the address above not later than 4:30 PM (MDST) 05/24/04 describing the capability to meet these requirements. Please clearly indicate business size on the front of your response. All Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. All responsible sources may submit a response that will be considered by this Agency.
- Place of Performance
- Address: Rocky Mountain Laboratories, 903 S. 45h Street, Hamilton, MT
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN00576657-W 20040501/040429211816 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |