Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
SOLICITATION NOTICE

59 -- ELECTRONIC COMPONENTS

Notice Date
9/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC JACKSONVILLE DET GULFPORT, 2401 UPPER NIXON ROAD, GULFPORT, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N626047187944M
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The reference number is N626047187944M. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005?19 effective 17 Sep 2007 and FAC 2005-20 effective 6 Sep 2007 and Class Deviation 2005-o0001. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334419 and the Small Business Standard is 500. This is a competitive, unrestricted action. The FISC Jacksonville DET Gulfport requests responses from qualified sources capable of providing the following items. Line Item 0001. 2 EA 3LCD, XGA, 4500lm 16 LBS, CHRISTIE P/N LX450. Line Item 0002. 2 EA SUSPENDED CEILING KIT, LIGHT, PEERLESS P/N CMJ455. Line Item 0003. 2 EA 12 INCH EXTENSION COLUMN, PEERLESS P/N EXT 101. Line Item 004. 2 EA INVERTED PROJECTOR MOUNT, CHIEF P/N RPA-122. Line Item 005. 2 EA DVD-R & VHS DUAL DECK, SONY P/N RDRGX355. Line Item 0006. 2 EA INTEGRATED MASTER/NXI CONTROLLER IN A SINGLE UNIT WITH 8 IR PORTS, 8 I/O PORTS, 8 RELAYS, AND 7 RS-232/422/485 PORTS, AMX P/N NI-3100. Line Item 0007. 2 EA 7 inch MODERO WIDESCREEN LCD TOUCHPANEL WITH 800x480, 18-BITS PER PIXEL OF COLOR DEPTH, 350 PLUScd/m2 PEAK BRIGHTENSS AND A 200:1 CONTRAST RATIO, AMX P/N NXT-CV7. Line item 0008. 2 EA 8 INPUT DIGITAL SWITCHER/SCALER, PIP, HDTV OUTPUT, (U) AUDIO, KRAMER P/N VP-724XL. Line item 0009. 2 EA 2 CHANNEL AMP ? 80 WATTS/CHANNEL, CROWN P/N 280MA. Line Item 0010. 8 EA CONTROL 26C CEILING SPEAKER, JBL P/N CONTROL 26CT. Line Item 0011. 2 EA 4-CHANNEL AEC MICROPHONE MIXER WITH BUILT-IN TELEPHONE HYBRID, CLEAR ONE P/N XAP400. Line Item 0012. 2 EA 15 AMP POWER CONDITIONER./SEQUENCER, FURMAN P/N PS-8R. Line Item 0013. 2 EA 150 INCH DIAG. SCREEN, DALITE P/N 84349. Line Item 0014. 2 EA LOW VOLTAGE CONTROL WITH WALL SWITCH, DALITE P/N 40973. Line Item 0015. 1 EA 27 RU PORTABLE RACK, MIDDLE ATLANTIC P/N PTRK-2726MDK. Line Item 0016. 8 EA CARDIOID CONDENSER OVERHEAD MICROPHONE, 30 FT CABLE, IN-LINE PREAMP WITH XLR, WHITE, WIRE AIMING HANGER, WINDSCREEN, SHURE P/N EZO/W. Line Item 0017. FREIGHT, if applicable. Delivery is three weeks after award of contract. The shipping terms will be F.O.B. Destination, Gulfport, MS 39501-5001, with inspection and acceptance at destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? (b)(16) 52.222-21, (b)(17) 52.222-26, (b)(18) 52.222-35, (b)(20) 52.222-37, (b)(23) 52.225-1, (b)(26) 52.225-13, (b)(31) 52.232-33. Quoters shall include a completed copy of 52.212-3 Alt I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS Clause 252.212-7000, Offeror Representations and Certifications ? Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (b) 252.225-7001, and 252.232-7003. Additional Contract Terms and Conditions applicable to this procurement are Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Warranty: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon completion of installation for the items listed in the schedule. This announcement will close at 3:00 pm on 26 September 2007. Contact Carmen D. Urbati who can be reached at email carmen.urbati@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based on responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price and delivery/a determination of responsibility/technically acceptable low bids/past performance /etc.>. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: RECEIVING OFFICE WAREHOUSE 200, NCBC 2303 MCKINNEY AVE, GULFPORT MS
Zip Code: 39501-5001
Country: UNITED STATES
 
Record
SN01414731-W 20070924/070922223423 (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 |
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.