Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOLICITATION NOTICE

99 -- Classroom Audio/Visual Equipment Upgrade

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K306T0068
 
Response Due
9/8/2006
 
Archive Date
11/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number is W912K3-06-T-0068 is issued as a Request for Quote (RFQ). This request for Quote is due by September 08, 2006, 4:00pm (local time). The RFQ will result in a firm f ixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 3. The United State Property and Fiscal Office of the Washington Army National Guard is so liciting quotes to procure the following supply or services: CLIN 0001: Audio visual classroom upgrade at the Redmond Armory and the Yakima armory. Site visit will be conducted on the following dates: 30 August 2006 at 11:00am Redmond Armory. 17230 NE 95TH ST REDMOND WA 98052 31 August 2006 11:00am Yakima Armory BLDG 951 1211 FIRING CENTER ROAD YAKIMA WA 98901 POC for the site visit is: SFC KEVIN JOHNSON NCOIC SPECIAL SCHOOLS 1ST BN 205TH REGT (425) 497-3609 The following required specs are required: TV Video Camera Systems Two buildings require the procurement and installation of 6 ea Color video camera systems in 4 classrooms in the Redmond armory, Redmond, Washington and 2 classrooms in the Building 951, Yakima Training Center, Yakima, Washington. In the Redmond facility , 3 systems are required for classrooms #1, #2, #3 and one complete viewing room in Classroom #4 in building 500. In the Yakima facility, 2 systems are required for classrooms #1 and #2 and one complete viewing room in classroom #3. The 6th system is required to be installed in the large classroom in building 501 with a viewing capability ported through the multi media projector mounted on the ceiling within the same room. The audio and video recording requirements are the same as in the other classrooms minus the ability to record and view independently. Only one view and record option is required for this room. The cameras must be wall mounted in the back of the classrooms in a static position and focused center podium position and projector screen. Each building must have a separate viewing room that allows the routing and viewing of all individual classrooms t hrough a switch box on, at a minimum, a 32 HD LCD TV/Monitor capable resolution of 1377x768 DPI, and at least a 500cd/m2 brightness level. Audio and Video Recording Each classroom must be able to record both audio and video from each classroom simultaneously and separately from the viewable image on the view screen and in the viewing room. The viewable screen must act separately from the recording systems, but also b e able to view the recordable image once the recording is complete for review and quality assurance. The recordable media type is DVD recordable media. All recording and switching components in the viewing room must be mounted in a rack mount system affi xed to the wall. Headphone and headphone jack must be built into the system operation for the viewing room. Audio Each classroom requires a portable wireless UHF microphone system that will be worn by the instructors or presenter allowing the observer/recorder to hear or record the presentation clearly. UHF microphone must be powerful enough to reach receiving center up to 120 away form presenter. In addition each classroom requires the installation of a room microphone mounted in the ceiling to record classroom participation and ambient sound from various sources of presentation media. Both audio sources must be r outed to the recording system and the viewing room system. Projector Replacement and installation; Redmond Armory requires the procurement of one classroom projector with a high quality XGA or DLP mu lti-media projector with a resolution of at least 1600x1200 Pixels. Projector, at a minimum, will have 2500 ANSI lumens of brightness and a 2000 hour lamp life, contrast ratio 400:1. The projector must be compatible with the current audio, video, and mu ltimedia present in the classroom& VCR, DVD (RCA), computer and/or Video signals. The projector must be able to mount to the current hardware mounting system in the classrooms. The projector is required to be maintainable for 5 years without discontinue d support or replacement bulbs. Quantity 1 ea. Unit Price $________ Total $________ The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability Will vendor take payment by credit card? Yes ____ No_____. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the re sponsible Offeror whose offer conforming to the solicitation will be the lowest priced offer. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated b y reference: provision 52.212-1, Instructions to Offerors-Commercial items (Jan 2005); provision 52.211-6, Brand name or Equal (Aug 1999); 52.212-3 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212-4, Contract Terms and conditions-Commer cial items (Oct 2003); FAR clause 52.212-5 (Dev), Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005), 52.219-6 Notice of Small Business Set Aside, 522.222-3 Convict Labor, 52.222-19 Child Labor- Coo peration with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52,232-33 Payment by Electronic Funds Transfer, 52.233-3 Protest After Award, 5 2.252 Clauses Incorporated by Reference (http://farsite.hill.af.mil), 52.222-35 Equal Opportunity for Special Disabled veterans, 52.222-37 Employment Reports on Special Disabled veterans, 252.225-7035 Buy Ammerican Act, applies to this RFQ. Point of conta ct: Fred Quintana at 253-512-8309. Quotations can be emailed to fredesvin.quintana@wa.ngb.army.mil
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
Country: US
 
Record
SN01115580-W 20060817/060815221339 (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 |
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.