SOLICITATION NOTICE
T -- Audio Visual Processor System
- Notice Date
- 9/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
- ZIP Code
- 20032-0305
- Solicitation Number
- Reference-Number-F1DT887240A001
- Response Due
- 9/24/2007
- Archive Date
- 10/9/2007
- Point of Contact
- Deborah Grant, Contract Specialist, Phone 202-767-7939, Fax 202-767-7814, - Lynne Hanson, Contracting Officer, Phone (301) 981-2361, Fax (301) 981-3168,
- E-Mail Address
-
Deborah.Grant@Bolling.af.mil, lynne.hanson@andrews.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for furnishing and installing a Audio Visual Processor System (Crestron-C2N-DVPHD-Pro System or equal) at the HQ Air Force Office of Special Investigations, Andrews AFB, MD 20762 prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition has been set aside for award to a Small Business. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F1DT887240A001 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 (8 Jun 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050606. It is the offeror's responsibility to be familiar with applicable clauses and provisions. The North American Industry Classification System code is 334310 with a small business size standard of 750 employees. CLIN 0001-1 each Crestron DVPHD-PRO Digital Video Processor, or equal; CLIN 0002-2 each Sony FWD-42PX2/B 42? 1024x768, DVI-HDCP, VGA, Black, or equal; CLIN 0003- 2 each - Chief MFG PRO-2095 Flat Panel Wall Mounts, or equal; CLIN 0004-2 each Crestron TPS-12B Touch Panel, 12 inch, or equal; CLIN 0005-4 Boston Acoustics Bravo II Wall Speakers, or equal; CLIN 0006-1 Crestron CNAMPX-2X60 Audio Amp 60W, or equal; CLIN 0007-3-each Altinex DA1910SX Compact Analog Interfaces, or equal; CLIN 0008 -1 each Altinex MT105-CNFG 8X8 VGA/CV Video Matrix, or equal; CLIN 0009 ? 3 Black Box SW721A-R2 Secure KVM Switches, or equal; CLIN 0010 ? 1 each Crestron AV2 Control Processor, or equal; CLIN 0011 ? 1 Crestron CNXHUB CrestNet Hub, or equal; CLIN 0012 ? 1 each Middle Atlantic PTRK-27MDK 27U Rack, or equal; CLIN 0013 ? 1 each Middle Atlantic PTRK-RR27 Rear rack Rails, or equal; CLIN 0014- 1 each Middle Atlantic UD2 Universal Drawer, or equal; CLIN 0015 ? 6 each Middle Atlantic UTR-1 Universal Rack self, or equal; CLIN 0016 ? 1 each Middle Atlantic WL-60 Work Light, or equal; CLIN 0017 Materials-Prewire; CLIN 0018 Materials ? Rack ? Including power supplies for Crestron Installation, or equal; CLIN 0019 Labor Programming Services, Engineering Services and Documentation. Award will be made to the lowest price technically acceptable offeror. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Vendors must be registered with the following Internet databases to be eligible for award: 1. Dept of Defense Central Contractor Registration (CCR), 2. Vendor On Line Representations and Certifications (ORCA), and 3. Wide Area Work Flow (WAWF). Both CCR and ORCA registrations can be completed on line through http://www.bpn.gov and WAWF registration can be completed at https://wawf.eb.mil. The following DFARS clauses are included by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005) and the following clauses are applicable under sub-paragraph (a) and (b): 252.225-7001, Buy American Act and Balance of Payments Programs (Apr 2003); 252.232-7003, Electronic Submission of Payment Request (Jan 2004). DFARS 252.204-7004 Alternate A Central Contractor Registration (Nov 2003) is also applicable. Clauses and provisions may be accessed via the Internet at https://farsite.hill.af.mil or http://www.arnet.far.gov All offers must be received no later than 24 Sep 2007, 4:00 pm Eastern Standard Time and must respond to the information contained herein. Offers may be emailed to Deborah.Grant-02@andrews.af.mil and Lynne.Hanson@andrews.af.mil or faxed to (301) 981-3168. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email Deborah Grant, Contract Specialist, or Lynne Hanson, Contracting Officer with any questions concerning this requirement NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFDW/11CONS/Reference-Number-F1DT887240A001/listing.html)
- Place of Performance
- Address: HQ Air Force Office of Special Investigations 1535 Command Drive Andrews AFB, MD
- Zip Code: 20762-7002
- Country: UNITED STATES
- Zip Code: 20762-7002
- Record
- SN01411078-F 20070920/070919144752 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |