Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOLICITATION NOTICE

72 -- 84

Notice Date
6/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0035
 
Response Due
6/22/2005
 
Archive Date
7/7/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WIRTTEN SOLICITATION WILL NOT BE ISSUED. All persons responding must reference solicitation number H92239-05-T-0035 which is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is unrestricted. All responses will be considered. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. REQUIREMENT: This action is to provide the following: 1. CLIN 0001 6 each ?84 Plasmas with adjustable, tilt wall mounts 2. CLIN 0002 6 each 84? Plasma Warranty for 5years parts and labor 3. CLIN 0003 3 each 61? Plasmas with wall mount 4. CLIN 0004 3 each Plasma rolling stands Delivery by 30 June 2005. Additional Specifications are included as follows: Required Specifications for 84? Plasma Screen Size: 84? PLASMA Seamless Multi PDP display, capable of ultra high resolution up to 1706 x 960 pixels with the capability to display VGA, SVGA, and XGA. Capability to display down-converted SXGA and UXGA. Display should be capable of a 4 way split screen. Require model with Adjustable Tilt wall mount kit option with Conceal wiring option. Specifications: Diagonal Screen Size 84" Vertical Frequency Range 50 to120 Hz auto, step scan Screen Aspect Ratio 16 to 9 Active Screen Area 1842 mm x 1036 mm Native Pixel Resolution 1706 vertical dots x 960 horizontal rows Pixel Pitch 1.08 mm square Output Color 256 RGB levels, 16.7 million colors Viewing Angle 160 degrees Optional Accessories Terminal Cover PX-CV1U Horizontal Frequency Range 15.5 to 110.0 kHz auto, step scan PC Signal Compatibility o VGA: 640x480 @ 60,72,75,85,100, 120 Hz o SVGA: 800x600 @ 56, 60, 72,75,85,100,120 Hz o XGA: 1024x768 @ 60,70,75, 85, 100 Hz o SXGA: 1280x1024 @ 60, 75, 85, 100 Hz o UXGA: 1600x1200 @ 60, 65, 70, 75, 85 Hz o WideVGA: 848x480, 852 x 480 @ 60 Hz o WideXGA: 1360 x 765 @60 Hz Macintosh Compatibility 640x480, 832x624, 1024x768, 1152x870 Input Terminals o RGB 1 (analog): 15-pin mini D-sub o RGB 2 (analog): 5 BNC (RGB/HV) (common use with 5BNC Y/Pb/Pr input, selectable) o RGB 3 (digital): 29-pin DVI (digital only) o Video 1: Composite RCA x 1 o Video 2: Composite BNC x 1 o Video 3: S-Video 4-Pin DIN o HD Video 1: 1 set RCA Component (Y,Pb,Pr/Y,Cb,Cr) o HD Video 2: 1 set BNC Component (Y,Pb,Pr/Y,Cb,Cr) (common use with 5BNC Y/Pb/Pr input,selectable) Audio o 3 sets RCA stereo + external speaker jacks o Internal amplifier, 8W x 2 output power External Controls 9-pin mini D-Sub, RS232 Power Requirements 120V 50/60 Hz Power Consumption 1100 W Typical, 14.8 Amp Maximum Plug and Play DDC1, DDC2B (RGB3 is DDC2B only) Dimensions (WxHxD) w/o base 80.2 x 48.0 x 3.5 inches, 2036 x 1220 x 89mm Warranty 1 Year Parts & Labor Standard HD Video Signal Compatibility 480p 480i, 525p, 525i, 540p, 625p, 625i, 720p,1035i, 1080i Capsulated Color Filter Yes Weight 114.0 kg, 251.2 lbs. Video Signal Compatibility PAL, SECAM, 3.58/4.43 NTSC Front Filter Type AR - Anti-reflective or AG - Anti-glare Standby Power 0.9W each Required Specifications for 61? Plasma Require three Plasma with matching Rolling Stands Key Specifications Plasma Display Type Plasma (PDP) Display Area Horizontal: 53.2" Vertical: 29.9"Diagonal: 61" Pixel Pitch 0.99 mm x 0.99 mm Resolution 1365 x 768 (Wide XGA) Viewing Angle 160 degrees Aspect Ratio 16 to 9 Cabinet Color Black Signal Input Input VideoSignal PAL, SECAM, 3.58/4.43 NTSCHD: 480p 480i, 525p, 525i, 540p, 625p, 625i, 720p,1035i, 1080i Frequency Horizontal: 15.5 to 110.0 kHz auto, step scan Vertical: 50 to120 Hz auto, step scan Input Connectors RGB 1 (analog): 15-pin mini D-sub (common use with RGB out, selectable)RGB 2 (analog): 5 BNC (RGB/HV) (common use with 5BNC Y/Pb/Pr input, selectable)RGB 3 (digital): 24-pin DVI-D HDCP (EIA/CEA-861-A) compatibleVideo 1: Composite BNC x 1 (common use with Video out, selectable)Video 2: Composite RCA x 1Video 3: S-Video 4-Pin DINHD Video 1: 1 set RCA Component (Y,Pb,Pr/Y,Cb,Cr)HD Video 2: 1 set BNC Component (Y,Pb,Pr/Y,Cb,Cr) (common use with 5BNC Y/Pb/Pr input,selectable) PowerRequirements Voltage 120V 50/60 Hz Consumption 540W Typical, 8.0 Amp max OperatingConditions Temperature 32 - 104 degrees F Humidity 20 - 80% Dimensions(W x H x D) Unit 57.9" x 34.6" x 4.7" (w/o tabletop stand) Weight Unit 134.2 lbs. (w/o tabletop stand) ? Portrait or landscape display orientation. ? Anti-glare filter (42VP5 only) specifically designed to maintain image brightness and contrast where direct ambient light is present. ? Complete RS232 control allows command and feedback of the monitor from a control system. ? Complies with ADA508 standards for color blind and hearing impaired users with black & white menus and closed caption support. Long term investment protection ? Up to 60,000 panel half-life (that?s 20 years, 8 hours a day)! PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph in paragraph (a) of the provision: ?Quotes will be evaluated as to acceptability, availability and price. Technical acceptability will be determined by the government during technical review. Vendors shall submit clear drawings to be used in the government technical review. Offerors who do not submit clear drawings will be eliminated from competition. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government. To be considered for award, offerors shall have active registration in the Central Contractor Registration. (CCR) Offerors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and return it with their quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated by reference; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 ALT 1, 52.204-7 Central Contract Registration, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41 and 52.222-42, 52.247-34, FOB destination, 52.252.-2 Clauses Incorporated by Reference. Additionally, the following clauses are applicable to this solicitation, 252.204-7004 Alt 1, Central Contractor Registration, 252.232-7003, Electronic Submission of Payments, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items with the clause, DFARS 252.204-7004, Required Central Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. The Defense Priorities and Allocations System (DPAS) and rating is not applicable to this requirement. Quotes shall be received at HQ-USASOC, ATTN: AOCO (Valaida J. Bradford), Fort Bragg, NC 28310, not later than 1:00 p.m. eastern time, 22 June 2005. Fax submissions will be accepted at (910) 432-9345. All quotes shall be signed and dated. Email submissions will be accepted at bradforv@soc.mil, however it is the contractor?s responsibility to ensure that e-mail submissions are received by the Contracting Officer. Quotes shall include (1) letter signed by an individual authorized to bind the organization with a schedule of offered items to include unit and total price (2) completed Representations and Certifications, and (3) acknowledgment of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing via e-mail to the Contracting Officer no later than 20 June 2005. All answers will be provided via an amendment to the solicitation. The point of contact for this requirement is Valaida J. Bradford, Contract Specialist at (910) 396-0560, email bradforv@soc.mil .
 
Place of Performance
Address: Ft Bragg, NC
Zip Code: 28310
Country: USA
 
Record
SN00831494-W 20050618/050616212611 (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.