SOLICITATION NOTICE
59 -- Purchase and installation of audio visual equipment
- Notice Date
- 2/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Defense Logistics Agency, Logistics Operations, DLA HQ Enterprise Support, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-DD07003016
- Response Due
- 2/15/2007
- Archive Date
- 3/2/2007
- 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. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Acquisition of Commercial Items; (FAC 2005-15); 12 December 2006. This NAICS code is 519190 size standard is $6.5M. Defense Logistics Agency has a requirement to purchase equipment for their DES-BX?s conference room. The contractor shall furnish all labor and material for the purchase of equipment and the labor associated with the installation of Audio Visual System in the new conference room located in the Direcetor?s suite. The following items are required: (1) 1.1.0Item:Video, 1 ea HITACHI CP-X445 3200 ANSI Lumens XGA Resolution, 1 ea EVRON EV-PROJ-KIT Projection Install Kit, 1 ea EXTRON 60-683-01 Media Presentation Matrix Switcher with Amplifier Stereo Amplifier,1 ea JVC HRXVC39S DVD VCR Combo with Tuner, 1 ea ELECTROGRAPH DTS42LTD 42" LCD Monitor HDTV Capable, 1 ea EV-PROJ-KIT LCD. (2) Install Kit, 2 ea JBL CONTROL SERIES JBL Control Speakers, 2 ea JBL CONTROL SERIES JBL Control Speakers Mounts. (3) Video Conferencing, No items included, Screens, 1 ea Interactive Whiteboard 77" Diagonal. (4) Control Systems, 1 ea AMX EXP-8430 AMX EXPerience Kit Hardware included: MVP-8400 NI-3000, NXA-WAP200G MVP-KS PSN4.4 CC-NET CC-SER CC-USB, Software CD with AMX Design tools including: Design XPress &Design XPress - Home Theater Design XPress Professional PanelBuilder PanelPreview, 1 ea AMX AC-RK Accessory Rack Kit (3 unit capacity, single rack unit height), 1 ea AMX AXB-VOL3 3-Channel Volume Controller (line-level audio), 1 ea AMX VSS2 Video Sync Sensor (2 I/O channels), 1 ea SMC SMC16NX 16 Port Switch. (5) Rack Equipment, 1 ea RAXXESS ROTR-4-xx ROTATING RACK-8-24 SPACES-4 SLIDERS-12 RU, 1 ea SURGEX SX1115 RT Rack Mounted Surge Suppression, 1RU, 9 Outlet, 15 A, w/Remote, 1 ea EV-RKIK-12 Rack installation kit including blanks, mounting brackets, equipment shelves, misc hardware, panel. (6) Lighting, No items included. (7) Furnishings, No items included. (8) Plates & Panels, 1 ea GFE Computer Interface Plate (customer provided) No items included. (9) Other Items, 1 ea RISE 6Z-WC 6 zone LED clock Rise World Clock: Red 2.5" LED - 6 time zones. (10) Cables & Hardware, 1 ea Cables & Hardware Cabling and Miscellaneous. (11) Integration Services, 1 ea Engineering, Programming, Drawings, Installation, Documentation, Project Management, Testing & Training. 2.0.0 PERIOD OF PERFORMANCE, Contractor personnel will work consecutive days until all work is completed. The contractor will report to the DES-BX COR (Mr. Vincent D. Mundo) in Room 2422. Scheduling of work will be when construction of room will allow the installation of all AV equipment. 2.1.0 ACCEPTANCE CRITERIA, 2.1.1 Contractor shall perform all the duties as specified in this SOW. Award shall be made on all or none basis. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications---Commercial Items, with its offer. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-7 Central Contractor Registration (Jul 2006). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003). The following DFARS clauses are hereby incorporate into this solicitation: DFARS 252.204-7004, Alternate A (Apr 2003). The Defense Priorities and Allocations System rating is A70. Quotes are due 15 February 2007, 2:00 p.m Eastern Daylight Time, Andrew T. McNamara Headquarters Complex, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060-6220. Please contact Mr. Kino Keo (Kino.Keo@dla.mil) for information regarding the solicitation. Award will be made to the offeror that can demonstrate their availability to provide product and service within the timeframe established in this solicitation.
- Place of Performance
- Address: Defense Logistics Agency, 8725 John J. Kingman Road, Ft. Belvoir, VA
- Zip Code: 22060-6220
- Country: UNITED STATES
- Zip Code: 22060-6220
- Record
- SN01228190-W 20070210/070208220121 (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 |