MODIFICATION
58 -- Furnish and Install Audio/Visual and Teleconference System at DDOO
- Notice Date
- 1/31/2007
- Notice Type
- Modification
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SP3100-6339-3021
- Response Due
- 2/20/2007
- Archive Date
- 3/7/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Scope of Work has been revised to address/answer questions that resulted from contractor site visits. The contractor questions and answers were posted as Amendment No. 1 on 01/31/07. The revised Scope of Work follows herein. Contractors must provide proposals based upon this revised Scope of Work. The period to schedule site visits has been extended to February 9, 2007, and the closing date for receipt of proposals has been extended to February 20, 2007. 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. This solicitation is issued as a request for quote, solicitation number SP3100-6339-3021. This requirement is set aside for small business; the associated North American Industrial Classification System (NAICS) code is 334310 with a small business size standard of 750 employees. The Defense Distribution Depot Oklahoma (DDOO) located at Tinker AFB, OK has a requirement for a contractor to furnish and install an Audio/Visual and Teleconference System in the DDOO Command Conference Room located in Building 506. Offerors shall provide a firm fixed price for the contract line items as follows: clin 0001, Equipment -- Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination, Oklahoma City, OK); clin 0002, Installation of equipment; clin 0003, one year warranty and preventative maintenance; clin 0004 (optional), second year preventative maintenance. Note: Desired schedule for delivery and installation is 3 weeks ARO; Required schedule for delivery and installation is 4 weeks ARO. The Scope of Work for this requirement is as follows: Site Information: Company Name: Defense Distribution Depot Oklahoma Site Address: 3301 F Avenue Tinker AFB OK 73145-8000 Contact: Linda Kobosky/Gary Selph Phone: 405-739-7263/405-739-3023 Conference Room Information: The conference room is approximately 46 feet by 26 feet. A 15 foot by 6 foot v-shaped conference table with chairs will be positioned in the center of the room. There is a lectern (approx. 2?x 2?, 4-1/2? high) at the front of the room that is permanently fixed in place. The conference room has a standard 9 foot drop ceiling. Adjacent to the conference room is a 26 foot by 10.5 foot control room where a Mitsubishi XL5900LU projection system is located ? the new video conference equipment will be connected to and must interface with this projection system. Remote access to the video conference system will be located on the table in the conference room. Government responsibilities: 1. Provide access to necessary areas to complete the project during normal business hours (0700 ? 1530 M-F) 2. Provide a safe and clean environment for contractor employees and their subcontractors. 3. Provide 110V to the following: a. Screen and screen switch location b. Projector location c. Equipment rack location Contractor responsibilities: The contractor shall provide and install: 1. Source Equipment to include a combination DVD-R & VHS/VHS Dual deck with rack mounts. Equipment will be rack mounted into the existing rack in the control room behind the projection screen (it will replace an existing VHS player). If existing rack does not provide sufficient space for proposed equipment, contractor will provide a new rack. NOTE: Existing equipment in rack will be removed by the government prior to installation of new equipment. 2. Video Display Equipment ? contractor to remove existing 6?X 12? rear projection framed glass screen, and install new 6?x 12? rear projection framed glass screen. Contractor must use manufacturer recommended hardware (mount bracket and plate) for installation. 3. Video Conferencing system with camera(s). System can be either set top or semi-permanently mounted, and must be sufficient for the room size. Video teleconferencing equipment, supported by IP and/or ISDN trunk type, must have an integrated main camera and digital microphone. Camera(s) should be able to move and focus on various areas around the conference room. The equipment must have the necessary outputs and inputs to be fully operational with all the other audio/visual equipment. 4. Remove existing conference room control system, and install new integrated control system, to include: two (2) 7? (minimum) Touch-screen Wall Mount with Audio/Video (1 installed on wall near exit door, 1 installed inside lectern); and one (1) 7? (minimum) Touch-screen Table Top with Audio/Video (to be located on conference room table). System must provide control of room lighting, audio, input selection and control of video input to existing Mitsubishi XL5900LU projection system (inputs will include computer, Cable TV, video teleconference, and DVD). System will also include a permanent mounting of the Mitsubishi projector (either floor, wall or ceiling mount is acceptable). 5. Audio System Equipment to include necessary amplifier(s), ceiling mounted microphones, and new ceiling mounted speakers. Amplifier(s), microphones and speakers must provide sufficient coverage for the entire conference room for video teleconferences and local presentations. Existing ceiling mounted speakers shall be removed by the contractor. Audio system must have the necessary outputs and inputs to be fully operational with other audio/visual equipment. 6. Required installation equipment, interfaces, control system, remotes, power switches, switch boxes, cables, connectors and other mounting brackets. 7. Surge protector, any other necessary cables, connectors and miscellaneous hardware. The contractor will not be required to make any structural, electrical or other modifications to the conference room; however the contractor will be required to coordinate with and facilitate Government facilities personnel and the contractor building/installing the trailer relative to any structural, electrical or other necessary modifications that need to be done. The exact time frame for installation of the equipment will be coordinated with the Government as to when the conference room will be available and ready for equipment installation. Contractor shall ensure full integration and operation of all equipment, including any necessary programming, assembly and testing. Contractor shall test and align the system. Contractor will provide training to the Government personnel on how to operate the equipment and will provide any required training documentation/instructions. Contractor will be required to deliver the program code and any design drawings, instruction manuals, and/or other documentation for the equipment to the Government within fifteen (15) days of completing installation. Commercial warranty is included. (End of Scope of Work) Requests for a site visit to view the Command Conference Room must be received by the close of business on February 9, 2007; the POC to schedule a site visit is Gary Selph, phone number 405-739-3023. Contractors interested in scheduling a site visit must provide the following information to the POC: - Company Name - Employee Name - Employee Social Security Number - Employee Date of Birth - Employee State and Country of Birth Please note that cameras and cell phones with cameras will not be permitted during the site visit. Contractors shall not attempt to bring photographic equipment onto the Defense Distribution Depot Oklahoma. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-15. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.219-6 (ALT I), 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33 (if DFAS payment), 52.232-34, 52.232-36 (if credit card payment), 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7036, 252.232-7003, 252.247-7023 w ALT III, 252.247-7024; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. The Government intends to award a contract resulting from this RFQ to a responsible offeror using the lowest price technically acceptable process. Quotes shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotes: Factor 1 ? Technical capability of the products offered to meet the Government?s requirement and Factor 2 ? Past Performance. Factor 1 shall be evaluated on a ?go/no go? basis. If a quote has been determined to be a ?go? on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance history is satisfactory. An offeror who has submitted a technically acceptable quote and who has been found to have a satisfactory past performance history will then have its quote evaluated for the lowest price. Factor 1 ? Technical capability of the products offered to meet the Government?s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature that clearly indicates what the offeror is proposing and will be providing all products in accordance with the stated characteristics in the Scope of Work (SOW). ?Descriptive literature? means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a quote. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered meet the specifications in the SOW. The information is required to determine the technical acceptability of the offered product. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. Factor 2 ? Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quote will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer, or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to the Contract Specialist POC, daniel.herring@dla.mil, Request for Quote Number SP3100-6339-3021. Prices, representations/certifications, descriptive literature, and past performance information must be received NLT 4:00 PM EST on February 20, 2007. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Place of Performance
- Address: Tinker AFB, OK
- Zip Code: 73145-8000
- Country: UNITED STATES
- Zip Code: 73145-8000
- Record
- SN01222491-W 20070202/070131220056 (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 |