Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 3, 2001 PSA #2885
SOLICITATIONS

70 -- MULTIMEDIA EQUIPMENT

Notice Date
June 29, 2001
Contracting Office
United States Property & Fiscal Office, Pennsylvania Army National Guard, Department of Military Affairs, Fort Indiantown Gap, Annville, PA 17003-5003
ZIP Code
17003-5003
Solicitation Number
W25KYF1068N002
Response Due
January 7, 2016
Point of Contact
Michele Hostetter (717) 861-8213
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number as shown in theis announcement is a Request for Proposal (RFP). The items required include but are not limited to the contractor to provide Multimedia Upgrade for Auditorium & Multipupose Room Audio System and Auditorium & Multipurpose Room Video System. The multimedia contractor shall provide complete and functioning, integrated Sound Reinforcement and Video Projection systems for use in the Military Educational Facility's Auditorium and Multi-purpose rooms. The Sound Reinforcement systems shall feature even coverage entirely over all seating areas. Sound pressure levels at critical intelligibility frequencies [500Hz, 1kHz, 2kHz, 4kHz] throughout the seating areas shall not be greater than +/- 2dB. The Sound Reinforcement system shall consist of electronically processor controlled, three-way loudspeakers flush-mounted in a distributed array, eight-channel automatic mic/line mixers, Digital Signal Processing. CD & Cassette playback, UHF wireless, wired handheld, wide area ambient and podium microphones, dedicated mic/line input receptables, surge suppression, and locking equipment rack cabinet. Features: 1. Interface to telephone system for selective control and remote diagnostics. 2. Separate/Combine functionality of audio and video systems between moveable partitions. 3. Central operator control facility. 4. Supervised wireless remote control capability. 5. Selective loudspeaker zones. 6. Matrix routing of all video and audio input signals. 7. Selective wireless microphone routing. 8. Three CCD, remote controlled PTZ video camera in auditorium. 9. Motorized, remotely controlled projection screens. 10. Open architecture, modular systems design for future expansion and technology upgrades. Contractors interested in this shall notify the contracting office by FAX (717) 861-8604, ATTN: Michele Hostetter. Those contractors will be forwarded the SOW. Each contractor must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1) sole proporietorship, 2) partnership, or 3) other corporate entity. The contract will be a Firm Fixed Price contract and Best value criteria evaluation will be used. Best value criterial will be included with the SOW. Best value criteria, in descending order or relative importance: a) Company experience/past performance, b) Warranty, c) Location, d) Technological enhancements, e) Performance time. Contractors shall include a completed copy of the provision at FAR 52.213-3 Offeror Representation and Certifications- Commercial Item with its offer. The clause at 52.212-4 Contract Terms and Conditions-commercial Items applies to this acquisition. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provisions at 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items are included and incorporated by reference: these clauses apply; 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.225-3 Buy American Act- Supplies. The offers are due no later than 2:00 PM EST on sixteen July 2001. If additional information is required, contact Michele Hostetter (717) 861-8213. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. The standard industrial classification is 3663. The small business size standard is 750. The SOW for the proposed contract can be obtained by faxing contractor's intent to bid to Michele Hostetter (717) 861-8604. Information mentioned above must be included to be considered. All Qualified contractors are invited to bid. Bids shall be forwarded to: USPFO for PA, Purchasing and Contracting, Room 242, Department of Military and Veterans Affairs, Fort Indiantown Gap, Annville, PA 17003-5003, no later than 1400 hours (2:00 PM) (EST) 15 July 2001. See Note 1.
Record
Loren Data Corp. 20010703/70SOL013.HTM (W-180 SN50Q5B6)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on June 29, 2001 by Loren Data Corp. -- info@ld.com