MODIFICATION
75 -- AUDIO VISUAL CLASSROOM UPGRADE
- Notice Date
- 8/26/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- 1830 Quartermaster Road, Fort Lee, VA 23801
- ZIP Code
- 23801
- Solicitation Number
- W26AF40180LTDA
- Response Due
- 9/1/2010
- Archive Date
- 2/28/2011
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W26AF40180LTDA and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 453210 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-01 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lee, VA 23801 The USA ACC MICC Fort Lee requires the following items, Brand Name or Equal, to the following: LI 001, Audio Technica ATW 2129 Lavalier Wireless Microphone System; 2000 Series Frequency-agile True Diversity UHF Wireless System. System Includes: (1) ATW-R2100a receiver; (1) ATW-T210a UniPak bodypack transmitter; (1) AT829cW cardioid lavalier microphone. Offering 10 selectable channels in one of two UHF frequency ranges and True Diversity UHF wireless technology, the 2000 Series features automatic frequency scanning. At the touch of a button, this function automatically determines and sets the best available frequency. Any of the 2000 Series 10 channels may be used together without any frequency coordination problems or group selection issues. The 2000 Series also incorporates Audio-Technicas digital Tone Lock squelch plus an easy-to-read LCD information display. 11 each will be installed in Building 4210; 5 each will be installed in Building 4225, 16, EA; LI 002, Chief Manufacturing CMS009 9" Chief Fixed Extension Column. CMS Speed-Connect Fixed Extension Columns lower projector to desired height. Consists of 1-1/2" NPT column, threaded on both ends Aluminum Black. 11 each will be installed in Building 4210; 5 each will installed in Building 4225, 16, EA; LI 003, Chief Manufacturing CMS440 Speed-Connect Above Tile Suspended Ceiling Kit. WireVice Cable Suspension System for quick and easy tie-off. TwisTile Ceiling Tile Cutter easily pierces a circular hole in the ceiling tile for extension column. Flexible solution provides infinite column placement within a 2' x 2' or 2' x 4' ceiling tileSingle and dual electrical outlet cutouts. All-Points Security System provides exclusive locking hardware at column connection point to protect against theft. Includes (4) 25' flexible cables, (4) wood eyebolts, (4) concrete anchors and a chrome trim ring. Fits 24" (600 mm) wide ceiling tile grids. 1.5" NPT compatible. 1.25" x 23.44" x 8 (32 x 595 x 203 mm). 11 kits will be installed in Building 4210; 5 kits will be installed in Building 4225, 16, KIT; LI 004, Chief Manufacturing RPA005 Custom Projector Ceiling Mount for Sony VPL-FX51. Low-profile, aesthetic design. Easy installation - no assembly. Quick projector disconnect/reconnect. Independent roll, pitch and yaw adjustments make it easy to precisely register the projector. Convenient lamp and filter access.Three ceiling mounting methods. Flush mount without disassembly. Compatible with a large assortment of accessories to easily overcome a variety of installation challenges. Roll Adjustment: +/- 4 degrees adjustment up or down. Loosen screw, adjust mount and tighten screw to hold adjustment. Pitch Adjustment: +/- 25 degrees adjustment on each side of the mount. Loosen screw, adjust mount and tighten screw to hold adjustment. Full range of pitch in a flush mount installation. Yaw Adjustment: 360 degrees by turning the mount on the threaded column and securing in place with set screw. 12 degrees yaw possible on flush mount using slots in top of UPC. Color: Black. Column: 1.5" NPT. 11 each will be installed in Building 4210., 11, EA; LI 005, Gyration GYM1100CKNA 2.4GHz RF Air Mouse GO Plus with MotionSense and Compact Keyboard Suite. The Air Mouse GO Plus features in-air control with MotionSense technology. Incorporates 2.4 GHz RF technology without line-of-sight limitations and a range of up to 100 feet (30m) and USB 2.4 GHz receiver. Features ambidextrous design with right and left buttons and 3 assignable buttons for customer control of application commands. Includes MotionTools software that allows you to take total control of your applications. Portable Compact Keyboard - Gyration's compact keyboard has an ergonomic, portable design with protective cover. Technical Details: Device Type: Wireless Keyboard And Mouse Combo, Connection Type: Wireless, Hand Orientation: Ambidextrous, Tracking Method: Optical Sensors, Buttons: 9, Scrolling Capability: Yes, Power Supply Type: NiMH Battery Pack, Special Features: Ergonomic, Special Features: Air Mouse, Frequency: 2.4GHz, Range: Up to 100 Feet, Connection Type: Wireless, Keyboard Type: Compact Keyboard, Keys: 88, Connection Type: Wireless, Special Features: 4 AAA Batteries, Special Features: 15 hot keys for Internet. 11 each will be installed in Building 4210; 5 each will be installed in Building 4225, 16, EA; LI 006, KSI Professional 801-C 2x2 Grid Ceiling Mount Loudspeaker. The 801-C offers smooth midrange performance with smooth bass response through the use of 8" bass-mid transducer. 8" transducer provides accurate voice reproduction for improved intelligibility not found in competitive loudspeakers. 1" fabric dome tweeter gives the 801-C smooth and wide frequency response with moderate power capacity. Since no backbox is employed in the 801-C, the ceiling cavity above acts as the enclosure to baffle the transducers. The rear of the baffle is covered with acoustical damping material to aid in smoothing the frequency response when used in large ceiling volumes. 44 each will be installed in Building 4210; 20 each will be installed in Building 4225, 64, EA; LI 007, KSI Profession T-70-8 Audio Transformer for Speaker.70.7 volt transformer - tapped 2, 4, 8 watts - 50-15000 HZ +/- 3db. In a 70 Volt distribution system, a transformer is added to each speaker which increases the speaker's impedance significantly. Allows to connect a large number of speakers in parallel to the amplifier. Theamplifier sends a higher voltage than a regular 4 or 8 ohm amplifier (up to 70 volts) in order to compensate for the high speaker impedance. By connecting the speaker transformers at different wattage levels, or byadding 70 volt attenuators, each speaker can be set to the desired volume independent of the others. In a 70 volt system, can add as many speakers as you desire as long asthe total power requirement of all the transformers added together does not exceed the power output capability of the distribution amplifier. The 70-Volt system is more efficient at transmitting electricity to speakers. 44 each will be installed in Building 4210; 20 each will be installed in Building 4225, 64, EA; LI 008, Atlas Sound AA35 35 Watt Three Input Mixer Amplifier. A 3 input channel mixer amplifier designed for distributed business paging and background music (BGM) systems, small to medium speech privacy systems and in applications where music on hold (MOH) plus paging is required.1 Mic in w/phantom power, 2 Stereo line inputs, 35 Watts of true output power, Dual line outputs, Pre Out/ Power in patch, Remote and VOX activated Mute, Route any source combination or entire mix bus to Zone 2 (MOH Out), Special Low Cut filter is 6dBu / octave at 400Hz and also bypasses front panel bass control to allow use with paging horns like APX40TN and AP-15T, Height: 3 11/16" (9.2964 cm)Width: 8 1/4" (21.0058 cm), Depth: 10 7/8" (27.6098 cm),Shipping Weight: 10.20 lbs (4.63 kgs), Frequency Response: 50Hz-20kHz 3dB, Connector Type: Phoenix and RCAOutput Power: 35 Watts, Rack Spaces: 2 high 1/2 wide, UL Listed/Standard: 60065-ROHS 2006 Compliant. 11 each will be installed in Building 4210; 5 each will be installed in Building 4225, 16, EA; LI 009, Kramer Electronics High Resolution XGA Distribution Amplifier VP-200N 1:2 Computer Graphics Video Distribution Amplifier. The VP-200N is a high performance distribution amplifier for computer graphics video signals with resolutions ranging from VGA through UXGA and higher. It takes one input, provides correct buffering and isolation, and distributes the signal to two identical outputs. High Bandwidth - 430MHz (- 3dB). HDTV Compatible. ID Bit Control. Advanced Sync Processing - Ensures compatibility with a wide range of computers. Selectable Sync Input Impedance - 75Ohms (video), 510Ohms (Graphics/TTL). Compact Size. Applications: Dual monitor systems. Presentation systems requiring a local monitor and a projector operating simultaneously. 11 each will be installed in Building 4210; 5 each will be installed in Building 4225, 16, EA; LI 010, CABLEPAK. Package to include cables and connectors for installation in Buildings 4210 and 4225; Video Cable RCA(M) to RCA(M) 50 Feet, VGA Cable Male-Male 50 Feet, Low Voltage Raceway 1.25"W x 1.75"H, 16, PACKAGE; LI 011, Panasonic PT-LB78VU Digital Multimedia Projector 3000 Lumens, 500:1 Contrast, 6.5 lbs, 0.6" 3 LCD Projector.Contrast Ratio: 500:1 (full on /full off). Lamp Type: 220W UHM. Video Compatibility: NTSC, NTSC4.43, PAL-M, PAL60: fH 15.75 kHz; fV 60 Hz PAL, SECAM, PAL-N: fH 15.63 kHz; fV 50 Hz. YPBPR Compatibility: 480i (525i): fH 15.75 kHz; fV 60 Hz 576i (625i): fH 15.63 kHz; fV 50 Hz 480p (525p): fH 31.50 kHz; fV 60 Hz 576p (625p): fH 31.25 kHz; fV 50 Hz. Remote Control: Wireless. Display Method: Transparent LCD panel (x 3, R/G/B). Resolution RGB: 1,024 x 768 pixels (Input signals that exceed this resolution will be converted to 1,024 x 768 pixels.) Dimensions (H x W x D): 368 x 88 x 233 mm (14-1/2" x 3-15/32" x 9-3/16")*3, Weight: Approx. 2.96 kg (6.5 lbs.), Dimensions (H x W x D): 141/2'' x 315/32'' x 93/16'',Weight: 2.96 kg (6.5 lbs.) lbs.5 each will be installed in Building 4225., 5, EA; LI 012, Chief Manufacturing RPA 223 Inverted Custom Projector Mount.Independent Roll, Pitch, & Yaw Quick Connect All-Point Security System Multiple Installation Options Integrated Cable Management. Roll: 4 (Loosen screw, adjust mount, and tighten screw to hold adjustment). Pitch: 25 (Full range of pitch in a flush mount installation). Yaw: 360 (12 on flush mount), 50 lb (22.7kg). Allows for mounting of a compatible digital projector to the ceiling. The mount supports independent yaw, roll, and pitch adjustment for precise fine-tuning of registration. Its quick connect/disconnect system allows to change lamps and filters with ease: without the loss of registration settings. 5 each will be installed in Building 4225., 5, EA; LI 013, Delivery and Installation in Buildings 4210 and 4225. Includes Install, Installation Labor includes design install and test all equipment, install a ceiling power duplex receptacle in classrooms, adjust projector screen up to ceiling and in front of pendant lighting. There are 11 classrooms in Building 4210 and 5 classrooms in Building 4225., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Lee intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Lee is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. This requirement is subject to the availability of funding. All questions must be submitted by 4 p.m. (Eastern) on August 25, 2010. Answers to all questions submitted will be posted as an attachment to this buy no later than 4 p.m. (Eastern) on August 27, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4435e9aebcc25670c49925a291595e0)
- Place of Performance
- Address: Fort Lee, VA 23801
- Zip Code: 23801
- Zip Code: 23801
- Record
- SN02257411-W 20100828/100827001058-f4435e9aebcc25670c49925a291595e0 (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 |