Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17, 2001 PSA #2937
SOLICITATIONS

67 -- AUDIO-VISUAL PROJECTION SYSTEM

Notice Date
September 13, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
ZIP Code
23665
Solicitation Number
F44600-01-T-0034
Response Due
September 25, 2001
Point of Contact
Eddice Hazen, Purchasing Agent, Phone 757-764-4916, Fax 757-764-7447, Email eddice.hazen@langley.af.mil -- James Chapman, Contracting Officer -- Team Leader, Phone 757-764-5520, Fax 757-764-7447, Email james.chapman@langley.af.mil
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.eps.gov/. (ii) Solicitation F44600-01-T-0034 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20001213. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition will be 100% small business set-aside. The North American Industry Classification System (NAICS) code is 333315 with a small business size standard of 500 employees. (v) The 1st Contracting Squadron has a requirement to purchase two complete Audio-Visual Projection Systems for installation at 219 Dodd Boulevard, Langley AFB, VA 23665, to include all equipment, wiring, cabling, terminations, programming, training, and warranties to provide a complete turn-key installation/operation. (vi) Each system shall include the following commercial items, Brand Name or equal (NOTE: Offerors are to include within each CLIN whether or not they are quoting on an ?or equal? and, if so, provide the manufacturer?s name and part number of the item): CLIN 0001 VGA Computer Interface, Mfr Name Altinex, Mfr Part Number DA1910SXVGA, or equal, quantity 2 each; CLIN 0002 Cable, HD15FM to 5BNC M.6?, Mfr Name Altinex, Mfr Part Number MS8112CA, or equal, quantity 2 each; CLIN 0003 Extension Mount, Mfr Name Chief, Mfr Part Number ADJ0406, or equal, quantity 2 each; CLIN 0004 Offset Fixed Ceiling Plate, Mfr Name Chief, Mfr Part Number CMA 330, or equal, quantity 2 each; CLIN 0005 Mount for Projector, Mfr Name Chief, Mfr Part Number RPA-006, or equal, quantity 2 each; CLIN 0006 PermWall 52 X 92 Matte White Screen, Mfr Name Da Lite, Mfr Part Number 40543, or equal, quantity 2 each; CLIN 0007 CPC Connector Plug, 37 pos (cord), Mfr Name N/A, Mfr Part Number A1306-ND, or equal, quantity 1 each; CLIN 0008 Stereo Mixer Amplifier, Mfr Name Mackie, Mfr Part Number AM4060, or equal, quantity 2 each; CLIN 0009 Five (5) Outlet Power Strip with Locking Bracket, Mfr Name Furman, Mfr Part Number Pluglock, or equal, quantity 2 each; CLIN 0010 5? 2-way Loudspeaker System with Mount, Mfr Name JBL, Mfr Part Number Control-25, or equal, quantity 2 each; CLIN 0011 HiFi VCR, Mfr Name JVC, Mfr Part Number HRFS1, or equal, quantity 2 each; CLIN 0012 One (1) Space Anodized Blank Panel, Mfr Name Middle Atlantic, Mfr Part Number BL-1, or equal, quantity 8 each; CLIN 0013 18 Space Equipment Rack, 20? Deep with Rear Door, Stand Alone, Mfr Name Middle Atlantic, Mfr Part Number ERK-1820, or equal, quantity 2 each; CLIN 0014 Economy Sliding Shelf, Mfr Name Middle Atlantic, Mfr Par t Number KB-SS, or equal, quantity 2 each; CLIN 0015 Leveling Feet, Mfr Name Middle Atlantic, Mfr Part Number LF, or equal, quantity 2 each; CLIN 0016 PlexiGlass Front Door, 18 Space, Mfr Name Middle Atlantic, Mfr Part Number PFD-18, or equal, quantity 1 each; CLIN 0017 Customer Rack Shelf, Mfr Name Middle Atlantic, Mfr Part Number RSH4A3S, or equal, quantity 2 each; CLIN 0018 Universal Rack Shelf, Mfr Name Middle Atlantic, Mfr Part Number UTR, or equal, quantity 2 each; CLIN 0019 Video Rack Shelf, Mfr Name Middle Atlantic, Mfr Part Number VDS, or equal, quantity 2 each; CLIN 0020 All required custom made cables, wiring, harnesses, and adapters required to operate the entire system, or equal, quantity 2 each; CLIN 0021 Y Mouse, Mfr Name PI Engineering, Mfr Part Number Y Mouse, or equal, quantity 2 each; CLIN 0022 3000 Lumen XGA Projector, Mfr Name Sharp, Model # XG-P10XU, or equal, quantity 2 each; CLIN 0023 Freight, quantity 2 each; CLIN 0024 Installation Labor, quantity 1 Job; CLIN 0025 Engineering/CAD, quantity 1 Job. Contractor shall submit with quote the following items: blueprints, schematics, diagrams, or drawings for the system layouts and components connectivity; CLIN 0026 Training, Contractor shall provide 1 hour of training on how to properly operate and trouble shoot the system. Training shall be conducted at 219 Dodd Boulevard. CLIN 0027 One-year required warranty for all equipment not covered by a longer standard manufacturer?s warranty. CLIN 0028 Two-year Extended Warranty for all equipment not covered by a longer standard manufacturer?s warranty. CLIN 0029 Three-year quarterly on-site preventative maintenance program. (vii) Delivery: Date of delivery to include totally installed and completely operational A/V systems and training shall be by NLT 15 December 2001. Place of delivery for acceptance and FOB point will be 219 Dodd Boulevard, Langley AFB, VA 23665. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2000), is hereby incorporated by reference. Addendum to FAR 52.212-1 A site visit is scheduled for September 20, 2001@ 10:00 AM, 219 Dodd Boulevard, Langley AFB, VA 23665. Coordination must be done with POC SMSgt Darlene Gore, 757-764-6096, in advance of site visit to identify visitors by name. Pictured identification will be required upon arrival for site visit. Site for installation will be addressed during the site visit and a question and answer session will be conducted at the end of the site visit. Offers must be itemized and individually priced according to CLIN numbers and include legible descriptive literature for ?or equal? items for evaluation purposes. (ix) Solicitation provision at FAR 52.212-2, Evaluation ? Commercial Items (JAN 1999), is hereby incorporated by reference. Evaluation ? Commercial Items (JAN 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the government requirement, and (ii) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest priced offer. The area of technical capability is of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the ?or equal? literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the descriptive literature, blueprints or drawings, it may be grounds for disqualifying his/her offer. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2001), and 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with his/her offer. A copy of the Certifications and Representatives can be found at the following website: http://www.eps.gov. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2001) is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2001) (Deviation) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.211-6, 52.211-17, 52.222-3, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.225-1, 52.232-33, 52.233-3, 52.237-1, 52.237-2, 52.237-3, 52.245-4, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, 52.253-1. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (DEC 2000) (Deviation), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.204-7001, 252.204-7003, 252.204-7004, 252.225-7001, 252.246-7000, 252.247-7023 and, 252.247-7024, 5352.242-9000. (xiv) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. (xv) Commerce Business Daily numbered Note 1 is applicable. (xvi) This announcement will close and quotes are due by 10:00 AM (EDT) 25 September 2001. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCB, Attn: Eddice Hazen, 74 Nealy Avenue, Suite 100, Langley AFB, VA 23665-2088. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail or facsimile. (xvii) POC: Eddice Hazen at 757-764-4916, fax 757-764-7447, or e-mail eddice.hazen@langley.af.mil. =20 STATEMENT OF WORK AC2ISRC Building 661 AUDIO-VIDEO CONFERENCE ROOM Overview The requirement is for design, installation, setup, and training on (2) Audio-Video Projection Systems for installation at Building 661 Langley AFB, VA 23665. Proposed system riser diagrams, floor plans and layout drawings will be provided by the contractor. Any necessary facility modifications, structural or electrical, required for system installation/operation (if any), must be identified by the contractor and will be accomplished by the user. System makes and models are for planning purposes and may be substituted with similar market performing systems. System design System design is for turn-key operation that includes all equipment (except that noted below), wiring, programming, hook-up, installation, training, one-year required warranty and two-year extended warranty on all materials and labor and a three-year quarterly on-site preventative maintenance program. All of the equipment, except the projectors, will be mounted in an AIA equipment cabinet. The overall design and equipment proposed is for two conference rooms providing smooth, user friendly, transition. Computers (CPU, monitor, and keyboard) input devices will be government furnished. Any submittals substituting listed equipment will certify specifications and capabilities meet or exceed that of listed equipment and contractor will provide cut sheets identifying such.=20 Projector The design of the conference room requires a bright projector to overcome the ambient light that is able to enter the room. System will use a Sharp P10 with 3000 lumens and XGA resolution and built in switcher. This shall eliminate the need for an external switching device to switch from the computers to the VCR (included). Also, these conference rooms have cement ceilings that will require specific mounting devices and the appropriate cable enclosures to ensure that the d?cor will stay intact. Cable enclosure shall terminate in the wall and be stubbed to the floor, where a CPC connection will reside. The CPC shall feed the projector?s signal and audio to the loudspeakers while also making it very easy to move the rack if so desired. A permanently mounted 59 x 80 framed screen surface shall be mounted on the wall. =20 Audio System This system will have a Mackie Industrial program mixer/amp that will power two JBL Control 25s and will be mounted on the wall Enclosure The system?s components shall be mounted in a locking metal enclosure with the appropriate spaces filled and professionally built. It shall include the necessary power conditioners and shelves that are needed to accommodate a keyboard and CPU. System Control The system shall be controlled by the Sharp projector?s remote. This remote will allow the user to switch sources, power the projector, zoom and focus the lens and control the computer?s mouse. POC Point of contact to set up site visit is SMSgt Gore at 746-3613 or 764-6096.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/1CONS/F44600-01-T-0034/listing.html)
Record
Loren Data Corp. 20010917/67SOL001.HTM (D-256 SN50X5F8)

67 - Photographic Equipment Index  |  Issue Index |
Created on September 13, 2001 by Loren Data Corp. -- info@ld.com