Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
MODIFICATION

58 -- Video Wall Upgrade Services

Notice Date
9/13/2004
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-04-Q-0081
 
Response Due
9/16/2004
 
Archive Date
10/1/2004
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REPLACE THE DESCRIPTION FOR THIS ANNOUNCEMENT WITH THE FOLLOWING: (IT SHOULD BE NOTED THAT THE CLIN REQUIREMENTS HAVE NOT CHANGED. IN SUMMARY, THE FOLLOWING HAS CHANGED: 1) EFFECTIVE DATE FOR FAC 2001-24 IS CHANGED TO READ 19 JULY 2004 VICE 18 JUNE 2004; 2) DPAS RATING FOR THIS PROCUREMENT IS DO HAS BEEN ADDED; 3) IN REFERENCE TO FAR 52.212-2, SENTENCE THAT STATES "THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS SOLICITATION TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMING TO THE SOLICITATION WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT BASED ON BEST VALUE DETERMINATION AS A RESULT OF THE LOWEST EVALUATED PRICE WHOSE PROPOSAL MEETS THE GOVERNMENT REQUIREMENT SPECIFICATIONS" HAS BEEN DELETED AND REPLACED WITH "THE GOVERNMENT WILL AWARD A CONTRACT 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"; 4) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUNE 2003) HAS BEEN ADDED; 5) NUMBERED NOTE 1 APPLIES HAS BEEN ADDED. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. OFFERORS DESIRING TO REVISE THEIR PROPOSALS MUST DO SO BY 12:00P.M. EST ON THURSDAY, SEPTEMBER 16, 2004. PLEASE NOTIFY CHRISTINE ANDERSON AT CANDERSON@MAIL.NSWDG.NAVY.MIL IF YOU DESIRE TO REVISE PROPOSAL OR VALIDATE IT AS PREVIOUSLY SUBMITTED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 P/N 38-GFX001-01 Christie Digital Graphxmaster CX50-100U DLP Display Wall with 8 Projection Cubes, to include XGA resolution, UHP lamps with 8000 hour run time, 50? low glare-high gain screens, pedestal, top cover, side panels; Quantity 1 each; CLIN 0002 Christie Digital P/N 38-FRC002-02 FRC5000, P4, 8 Channel Graphical Controller to include 4 2-port RGC Input Modules and one 18-port Video Module, Quantity 1 each; CLIN 0003 Installation in accordance with factory specifications, to include operator training. Factory representative to be on-site during installation. All of the existing AV equipment and switchers (extrons, crestrons, lexicon, crown, control for lighting, power and audio; video and computer interfaces of different security classification levels connected via extron RGB interfaces and direct connect) that is currently connected to the new videowall. In addition, a Tanderberg VTC CODEC, cameras, audios, etc. will be added to the configuration and programmed for operation via crestron touch panel. Any AV cabling required to accomplish integration will also be provided. Partial pre-programming of the crestron system shall be performed to to better accommodate existing equipment., such as the Tanderg VTC, etc. Some icons will need to be removed and replaced with the new icons, etc. Some icons will need to be removed and replaced with the new icons, etc. Vendor shall be responsible for moving all of the videowall equipment from the clients warehouse to the room on the 3rd floor of Bldg. 355. All work shall be performed by factory trained technicians in accordance with professional industry standards. Work shall be done on consecutive days during normal business hours. Client shall provide any required escorts and close proximity parking for one vehicle. Vendor shall provide acceptance testing of all systems, CAD drawings of the system, basic operator training, and mfr operator manuals. Vendor shall provide 1-year maintenance agreement which provides 4 quarterly alignments and 16 hrs additional labor to cover emergency outages due to entire wall and/or software with entire wall configuration including existing equipment components. Vendor agrees to a maximum of 24 hours response time for emergency repairs and potential on-site (short notice) cancellation of quarterly alignments and/or repairs. This Request for Quotation (RFQ) H92244-04-Q-0081 is anticipated to result in a Firm Fixed Price (FFP) contract. Numbered Note 1 applies. Submit written offers; oral orders will not be accepted. This solicitation document is being issued as a 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24, effective 19 July 2004. The DPAS rating for this procurement is DO. North American Industrial Classification Standard (NAICS) 334310 applies to this procurement. Deliver FOB: Destination, NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299. The Government delivery date is 4 weeks after date of contract. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2004) applies to this acquisition. The provision at FAR 52.212-2 Evaluation Commercial Items (Jan 1999) applies. A copy of this clause can be found at http://www.arnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible offer whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2004), and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (October 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial (June 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items (June 2004) applies, DFARS 252.225-7001, Buy American Act and Balance of Payment Program (April 2003) applies; and DFARS 252.211-7003 Item Identification and Valuation (January 2004) applies. Quotations shall include the vendor Cage Code, Dun and Bradstreet Number (DUN), and Tax Identification Number (TIN). Should industry have questions, please contact Christine Anderson at canderson@mail.nswdg.navy.mil. Quotations should be on company letterhead in company format and must be sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. If any portion of a vendor's quotation is available under GSA Schedule, it is requested this be indicated on the proposal. Quotes are required to be received no later than 12:00pm EST, Thursday, September 16, 2004. The prospective offeror must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00672321-W 20040915/040913213553 (fbodaily.com)
 
Source
FedBizOpps.gov 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.