MODIFICATION
58 -- Video Wall
- Notice Date
- 9/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
- ZIP Code
- 80914-1055
- Solicitation Number
- FA2517-12-T-6080
- Point of Contact
- Matthew Lawrence Glowacky, Phone: 7195564124, Kay R. Roman, Phone: 7195566118
- E-Mail Address
-
Matthew.Glowacky@us.af.mil, kay.roman@peterson.af.mil
(Matthew.Glowacky@us.af.mil, kay.roman@peterson.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation, FA2517-12-T-6080, is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This procurement is a total small business set-aside. The NAICS code, 334119, Other Computer Peripheral Equipment Manufacturing with a size standard of 1000 employees. A single award will be made as a result of an evaluation of the quotes received. The specifics of this procurement are as follows: CLIN Description Quantity Unit of Measure 0001 Video wall processor with minimum of 12 DVI out, 8 DVI/RGB/HD in, 8 SD video inputs, necessary control software, and keyboard. 1 Ea 55 inch monitors in a 2x2 configuration. LCD video wall displays to include necessary power supplies, controller electronics, and mounts. 3 Mobile stands/carts to support each 2x2 wall display w/ casters for mobility. 3 Necessary hardware and cabling for installation/operation 1 Minimum Characteristics: The following items/hardware are required: Video wall processor with minimum of 12 DVI out, 8 DVI/RGB/HD in, 8 SD video inputs, necessary control software, and keyboard. 55 inch monitors in a 2x2 configuration. LCD video wall displays to include necessary power supplies, controller electronics, and mounts. Mobile stands/carts to support each 2x2 wall display w/ casters for mobility. Necessary hardware and approximately 90 feet of cabling for installation/operation. The following specifications are required: Power - Each Video Wall (four 55 inch monitors) must have minimum current draw for operation and power on spike must not exceed a 20 amp load. Heat - Each video wall (four 55 inch monitors) will be a low heat generating solution. Monitors will not exceed 750 BTU per monitor. Processor will be a separate unit that can be stored up to 90 feet from monitor location. This is to reduce the heat signature of the monitors, and allow the main heat source (processor) in a robust HVAC environment. Video - Video wall will have inputs that can accept; DVI or RGB. Composite/s-video with minimum 640x480 up to 1920x1200 Resolution with a minimum number of eight inputs for each input type. System Size - The video wall system will be scalable, the system should be able to increase or decrease in size as needed, this applies to inputs and number of screens and number of images viewed. Mobility - Video wall system should be cart or stand mounted, and be fully adjustable and capable of being moved and placed where needed with very little effort. Connectivity - This system must have the ability to connect directly to the network and display multiple images simultaneously from the same or multiple sources. System - The video wall system should be able to be used as one large screen of 12 monitors or three smaller displays of 4 screens each. All stands, screens and cable needed for the video wall system will be interchangeable. (See Attached Peterson AFB Video Wall System PWS: 5 Sep 2012) FOB Destination to Peterson AFB, CO 80914 is required. Configuration of the system shall be completed no later than 45 days ADC. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the System for Award Management (SAM) Database at (www.sam.gov ) in order to be considered for award. Multiple offers will not be accepted. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Award will be made to the offeror meeting technical specifications and the lowest price (LPTA). The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2011), applies to this acquisition. All vendors shall be registered in the System for Award Management (SAM) (www.sam.gov) at the time of Quote submittal. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010), applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2012), applies to this acquisition. The following FAR Clauses apply to this solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.204-99 System For Award Management Registration (DEV) AUG 2012 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation MAY 2011 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations May 2012 52.219-6 Notice of Total Small Business Set-Aside JAN 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.232-33 Payment by Electronic Funds-Central Contractor Registration OCT 2003 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEV) AUG 2012 52.244-6 Subcontracts for Commercial Items DEC 2010 The following DFARS clauses are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.203-7005 Representation Relating To Compensationof Former DoD Officals NOV 2011 252.212-7000 Representations and Certifications -Commercial Items JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEV) APR 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions (will be filled in for contract award) JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 The following AFFARS clause applies to this solicitation: 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. AUG 2005 5352.242-9000 Contractor Access to Air Force Installations AUG 2007 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition. Quotes shall include DUNS Code, CAGE Code, Tax ID, Price Information and Terms and conditions. Quotes shall be submitted in writing no later than 10:00 AM MST, 20 Sep 2012. Questions regarding this solicitation shall be submitted in writing no later than 3:00 PM MST, 17 Sep 2012. POC for information regarding this solicitation is Amn Matthew Glowacky. Submit your quotes and questions to Amn Matthew Glowacky via e-mail: Matthew.Glowacky@u.af.mil and to 21cons.lgcba@us.af.mil or via fax: (719) 556-4838. Attachments: (1) Performance Work Statement (PWS) - 12 September 2012
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6080/listing.html)
- Place of Performance
- Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02889849-W 20120921/120920000936-cb90218c31178ff6d2214e985555bcff (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 |