Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2011 FBO #3565
SOLICITATION NOTICE

70 -- VTC REPLACEMENT

Notice Date
8/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0517
 
Response Due
9/9/2011
 
Archive Date
9/30/2011
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
Contract Specialist
(Joseph.Bancod@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items for VTC ROOM EQUIPMENT. IAW FAR 13.106-1(b). Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. Naval Hospital Lemoore intends to solicit this requirement as 100% small business set-aside under the authority of FAR 6.203. The Request for Quotation (RFQ) number is N00259-11-T-0517 will be available on or after August 28, 2011. The closing date is September 09, 2011 @ 08:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 423430; Size: 500. Naval Hospital Lemoore requests responses from qualified sources capable of providing the following item: VTC ROOM EQUIPMENT CLIN 0001: Brand Name or Equal: (1) Large Room VTC equipment to include the following components, installation and new Podium: CTS-INTP6000-K9: Cisco IntPkg 6000 MXP-BW, PreHDCam, Mic, Cbls and Trackers 1 Quantity, EACH, Price: $__________ LIC-INTP6000-NPP: Cisco IntPkg 6000 MXP Natural Presenter Package(NPP) option 1 Quantity, EACH, Price: $__________ LIC-INTP6000MS: Cisco IntPkg 6000 MXP MultiSite(MS) option(Requires NPP) 1 Quantity,EACH, Price: $_______ VFI MISC: VFI Rack 16U 1 Quantity, EACH, Price:$________ 535-2000-217i: Vaddio Camera wall mounts 1 Quantity, EACH, Price: $______ Hitachi Projector: Hitachi, CP-WX625 Hitachi 4000 lumen WXGA LCD 1 Quantity, EACH Price: $_______ Da-Lite MISC: Da-Lite, Da-Lite, Da-Lite, 113 ¯ 16:10, electric wall Screen 37593L 1 Quantity, EACH, Price: $__________ RPA-U: Chief Universal Projector Mounting Bracket, RPA-U CFE: Existing ceiling pole. 1 Quantity, EACH, Price:$__________ Extron MISC: Extron, Extron Presentation switcher 60-683-01 1 Quantity, EACH, Price:$_________ Extron MISC: Extron, Extron 3 ™ VGA + Audio Cable 26-565-01, 26-490-01 (1)Quantity, EACH, Price:$__________ Extron MISC: Extron, Extron VGA w/Audio Wall Plate 60-427-22 (1) Quantity, EACH, Price: $_______ Samsung MISC: Samsung, Samsung Blu Ray Player BDC5500/XAA (1) Quantity, EACH, Price:$_________ Samsung MISC: Samsung, Samsung DVD/VCR COMBO UNITDVDVR375A (1) Quantity, EACH, Price:$________ Creston Misc: Crestron, Crestron ControlIPAK system AV2-TPMC-PAK (1) Quantity, EACH, Price:$________ Creston Misc: Crestron,Crestron Power Pack PW-2420RU (1) Quantity, EACH, Price:$_______ Control 26CT: Single Speaker, Control 26C with Transformer for use on a 70.7V or 100V Distributed Line, Switchable Taps at 60W,30W, and 15W(plus 7.5W at 70.7V only), No SonicGuard. (6) Quantity, EACH, Price:$_________ 280A Crown 280A, Amplifier (1) Quantity, EACH, Price:$_______ CM-01: CTG Ceiling Mounted Microphone (4) Quantity, EACH, Price:$_______ Shure MISC: Shure, Shure Podium Gooseneck MicrophoneMX418S/S (1) Quantity, EACH, Price:$_________ Revolab MISC: Revolab, Revolabs Solo Singe CH System 02-DSKSYS-LN-NM (1) Quantity, EACH, Price:$________ Revolab MISC: Revolab, Revolabs Wireless Lapel Microphone 01 ”EXEMICEX-BLK-11 *single channel system can only support 1 revo mic at a time Qty 3 back up spare mics. (4) Quanitity, EACH, Price:$_________ Clear One MISC: Clear One, Clear One Converge Pro 880T 910-151-881 (1) Quantity, EACH, Price:$________ PD-915R: Mid Atlantic, 9 Outlet, Single 15 Amp Circuit, Surge/Spike Protected Rack Mount Power Distribution 656747012587 (1) Quantity, EACH, Price:$_________ HPS: Mid-Atlantic 25 PC, Black 10/32 Phillips screws w/Washers (1) Quantity, EACH, Price:$______ INT-CUSTOM-I: Custom Integration (1) Quantity, EACH, Price:$___________ INT-CUSTOM-A: Custom Integration(internal use code only) SPEC CABLES-F: Class F Cables and Connectors specified by engineering (1) Quantity, EACH, Price:$____________ SPEC CABLES-E: Class E Cables and Connectors specified by engineering(internal use code only) (1) Quantity, EACH, Price:$___________ PROGRAMMING-H: Programming (1) Quantity, EACH, Price:$____________ PROGRAMMING-B: Programming(internal use code only) (1) Quantity, EACH, Price:$_____ PM-B: Project Management (1) Quantity, EACH, Price:$___________ PCC-CTS-INTP6000-K9-3: Prime call for 3 years on IntPkg 6000 MXP-includes BW, PreHDCAM, MIC, Cables and Trackers. (1) Quantity, EACH, Price:$_________ CLIN 0002: Brand Name or Equal: (1) Small Conferenceroom VTC equipment to include the following components, installation: CTS-INTP6000-K9: Cisco IntPkg 6000 MXP “ BW, PreHDCam, Mic, Cables and Trackers (1) Quantity, EACH, Price:$________ LIC-INTP6000-MS: Cisco INtPkg 6000 MXP MulitSite(MS) option(Requires NPP) (1) Quantity, EACH, Price:$________ LIC-INTP6000-NNP: Cisco IntPkg 6000 MXP Natural Presenter Package(NPP) option (1) Quantity, EACH, Price:$________ PCC-CTS-INTP6000-K9-3: Prime Call for 3 years on IntPkg 6000 MXP-incls BW, PreHDCam,Mic, Cables and Trackers. (1) Quantity, EACH, Price:$___________ MISC A/V; 42LE530C LG 42in LED 1080P 120hz HDTV (2) Quantity,EACH, Price: $________ Avteq Misc: RPS-500L Support two plasma or LCD screens up to 37 ¯ to 55 ¯ inches, includes universal mounting bracket, one adjustable height shelf, wire management in rear, adjustable camera platform and 6 port APC power module. (1) Quantity, EACH, Price:$___________ INS-CUSTOM-F: Installation & Basic User Orientation (1) Quantity, EACH, Price:$______ PM-A: Project Manager (1) Quantity, EACH, Price:$______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-1 Small Business Program Representations (MAY 2004) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Email your quote to Joseph Bancod on or before 08:00AM Pacific Standard Time on September 09, 2011. Email: Joseph.Bancod@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0517/listing.html)
 
Place of Performance
Address: Naval Hospital Lemoore
Zip Code: BLDG 937 Franklin Avenue, Lemoore, CA
 
Record
SN02552759-W 20110829/110827233246-862d2d34b608bc6ca15f541b2d4064be (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.