Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2005 FBO #1388
SOLICITATION NOTICE

D -- Procurement and Installation of a Video Teleconferencing (VTC) System, Pearl Harbor, HI

Notice Date
9/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0928
 
Response Due
9/20/2005
 
Archive Date
10/20/2005
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN QUOTATIONS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The Regional Contracting Department, Fleet and Industrial Supply Center, Pearl Harbor intends to award a firm fixed price contract for the procurement and installation of a Video Teleconferencing (VTC) System for NEPMU-6, Pearl Harbor, HI. This procurement shall provide for the design, assemblage, shipment, installation, warranty and maintenance of the VTC System. The system will consist of a non-secure VTC System with a single plasma display, integrated ceiling speakers and ceiling-mounted microphones, a combination DVD/VCR player, and a lectern with integrated audio and visual systems. The video source shall be a Government-furnished computer that can interface with the Audio/Visual (A/V) System through a surface mount installed in the lectern. The high-resolution path shall permit annotation through the interactive pen display for both videoconferences and presentations. A combination VCR/DVD player shall provide an alternate video source. The sound system shall include fire-rated ceiling speakers and ceiling-mounted microphones. The audio system shall include a digital sound processor to ensure that audio is of high quality and echo free throughout the local room. The control system shall enable users to manage the system through a user friendly Graphical User Interface (GUI) that will operate the system Audio/Visual controller. A touch panel shall give the system user the ability to control the DVD, VCR and! non-secure video teleconference without the use of multiple handheld remotes. The A/V System shall utilize one 50-inch plasma display. The display shall be wall mounted. Presenters shall utilize a central lectern during multi-media presentations. Recommended Equipment (Vendor may propose alternate system with equivalent functions): IPower 9400, Chassis ? V.35 interface, iPower 70 NTSC (Codec System ? ISDN); Polycom EF2241 4-Channel AEC/Noise canceller w/ auto mic; KSI Ceiling Tile with speakers 8081-CS 2ft x 2 ft series, 3.5 watts; Camera mount; DVD/VHS Combination player; Podium with Casters, Rack, Equipment Cut-outs, and Power strip; Extron Cable Cubby 200 for Podium Laptop connection; Creston PRO2 Controller for touchpanel; Creston 6.4? Lectern-mounted touchpanel; Infrared Emitter Probe; Sympodium, ID250 Interactive Pen Display; Pioneer 50? Plasma with DVI and Audio and HD DB15 with Audio. To ensure that Government personnel effectively understand operation of the equipment, immediately after completion of on-site installation, the Contractor shall provide systems familiarization and training for two Government personnel identified by the Government Technical Point of Contact. Manufacturer-provided commercial warranties shall be extended to the Government. In addition, the Contractor shall propose an extended warranty and maintenance plan for a 3-year period. The place of performance shall be Pearl Harbor, HI 96860. The Contractor shall complete all work within 120 calendar days after receipt of order. The Contractor and the Government shall agree to a mutually acceptable installation schedule within 21 days of award. A site visit is scheduled for 15 September 2005 at 10:00am HST in Building 1535, 1215 North Road, Pearl Harbor, HI 96860. Per FAR 52.237-1 (APR 1984), Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the information is reasonable attainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. If planning on attending the site visit, please contact the Contracting Officer, Ryan Kanda, ph: 808-473-7554, fax: 808-473-0811, email: ryan.kanda@navy.mil. Solicitation No. N00604-05-T-0928 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-25, effective 25 August 2005, and DFARS Change Notice 20050726. This procurement is unrestricted. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. Quotations must include a completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items. Representations and Certifications may be completed on the following website: http://orca.bpn.gov. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The applicable NAICS code is 541512; the business size standard is $21.0 million dollars. A single award will be made to the lowest priced, technically acceptable quote. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications apply. The following FAR, DFAR and PH FISC clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.215-14 Integrity of Unit Prices, FAR 52.215-5 Facsimile Proposals, DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.232-7003 Electronic Submission of Payment Requests and FISC PH Clause L0003 ( full text: Contractor?s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA.). The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.222-41 Service Contract Act of 1965, As Amended. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dp/dars/dfars.html. Questions should be forwarded to the Contracting Office no later than 19 September 2005, 4:30pm HST. Quotes must be received by the Contracting Officer no later than 20 September 2005, 4:30pm HST. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 200A.RK), 1492 Gaffney St., Suite 100, Pearl Harbor, Hawaii 96860-5300. Facsimile proposals will be accepted at 808-473-0811. E-mail quotations may be addressed to: ryan.kanda@navy.mil.
 
Record
SN00893138-W 20050914/050912212708 (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.