Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

58 -- Multi-zone Information Channel Broadcast System

Notice Date
9/1/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297404T3004
 
Response Due
9/10/2004
 
Archive Date
10/10/2004
 
Point of Contact
Sharon Hutchins 928-269-6098 Lydia Rowland, 928-269-2790
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-04-T-3004 is issued as a Request for Quotation (RFQ). Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Wher! e the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-23. This synopsis/solicitation is 100% small business set-aside. The North American Industry Classification System code is 334220 and associated size standard is 750 employees. Contract Line Items are as follows: CLIN 0001: Multi-zone information channel broadcast system with the following features: Users able to submit content via the Internet or Intranet for display on a video information channel, after the item has been submitted, the channel staff need only approve and the message is automatically created, scheduled, and sent to the base playback channel. Content must be simultaneously automatically published to a custom Web page and automatically scheduled on TV with their own daily/weekly schedule; Web and TV messages can be automatically dele! ted after their expiration date; All submissions automatically queued for checking and approval before being published. Submissions can be approved, rejected, edited, or deferred for further authorization and approval; Definable categories to post messages and ads along with built in spell checker with several languages available; Provide network broadcast, Internet accessibility, and on-time weather forecasting and barometer readings with instant access for emergencies and threat conditions; 7day/24 hour/365 day on-call technical support on all systems; Automatically generate HTML web forms that correspond to specific zones on a video channel, allowing messages to be sent from desktop workstations of Government personnel; Provide submitted, accepted, rejected, current inventory and historical inventory reports automatically; Provide authorized administrator user-name and password protection for content being submitted for broadcast-to-air; Combine with broadcast quality gra! phics cards with real-time Digital Video Encoding (DVE) and interface and display for multiple, completely independent information zones within a desired video screen; Interface with Meteorological Oceanographic (METOC) weather vision to automatically translate MCAS Yuma Pilot Information into real-time display for broadcast; Be capable of encoding video training material from videotape to a broadcast-quality digital video format. The video subsystem must network in a gigabit Ethernet LAN that can expand to archive video content in secure digital video format. A minimum one-year software maintenance with upgrades is required. Optional extended warranty information is requested. CLIN 0002 Pre-production assistance, on-site integration, and training is required. Quotes must include associated charges, estimated number of days and personnel, as well as any travel and transportation costs to be required. NOTE: Any per diem rates must be in accordance with Joint Travel Allowa! nces. FOB Destination pricing is requested. Inspection and acceptance will be at destination. Required delivery date for completion of the information channel broadcast system to be no later than 15 NOV 2004. The following clauses and provisions apply: FAR 52.204-7, Central Contractor Register; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (a completed copy of this provision must be submitted with the quote); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include (5), (14), (15), (16), (17), (18), (19), (20), (30); FAR 52.214-34 Submission of Offers in the English Language; FAR 52.214-35 Submission of Offers in U.S. Currency; DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Im! plement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, to include DFARS 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payment Program, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this contract/order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. The Government will award a contract resulting from this Request for Quotation to the technically acceptable, responsive, responsible quote based on technical capability, price, and past performance. All responsible business sources may submit a quote which shall be considered by the agency. Only written quotes are acceptable and must be received and identified by RFQ M62974-! 04-T-3004 by 2:00 PM (PT) on 10 SEPT 2004. The Government may award a contract on the basis of initial quotes received, without discussions. Therefore, each initial quote should contain best terms from a cost or price and technical standpoint. Parties wishing to respond to this solicitation will provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and two (2) points of contact for past performance verification to include names, addresses, and phone numbers . Clauses may be obtained at web site http://www.arnet.gov/far. Quotes may be mailed via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 853! 69-9133 ATTN: Sharon Hutchins. FEDEX quotes may be sent to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Sharon Hutchins. Fax quotes are acceptable at (928)269-2287, ATTN: Sharon Hutchins. Quoters bear the burden of ensuring that quotes reach the designated office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages must reach the office before the deadline specified in this solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile transmission has been received. Facsimile transmissions must clearly state the solicitation number and the name of the contracting officer on the first page to ensure proper receipt.
 
Record
SN00663582-W 20040903/040901213254 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.