Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
SOLICITATION NOTICE

70 -- VIDEO TELECONFERENCE SYSTEM

Notice Date
6/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC JACKSONVILLE DET GULFPORT, 2401 UPPER NIXON ROAD, GULFPORT, MS, 39501-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N626047102128M
 
Response Due
6/21/2007
 
Archive Date
7/6/2007
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS www.fedbiz.opps.gov. The RFQ number is N62604-7102-128M. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001?24 and DFARS Change Notice 20040625. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334310 and the Small Business Standard is 500. This is a competitive, unrestricted action. The PARRIS ISLAND BRANCH MEDICAL CLINIC requests responses from qualified sources capable of providing: CLIN 0001: DISPLAY, PLASMA PANASONIC 50" P/N TH50PH9UK 5EA CLIN 0002: KIT, SPEAKER PANASONIC FOR PLASMA, P/N TYSP50P8WK. 4 EA CLIN 0003: MOUNT, PLASMA CHIEF STATIC P/N PSM2051 3EA CLIN 0004: COMBO, DVD/VCR SONY,P/N SLVD370P 4EA CLIN 0005: CABLE, VGA PLENUM 50' P/N P/D15HDMF50 5EA CLIN 0006: CABLE, AUDIO PLENUM 50' PC P/N P/MPSMPS50 3EA CLIN 0007: WALLPLATE, CUSTOM, P/N WPL1181 3EA CLIN 0008: CABLE, VGA 15' LAPTOP,W/AUDIO,P/N HD15MMSA15 3EA CLIN 0009: CABLE, AUDIO PLENUM 50' STEREO,P/N P/2P2P50 3EA CLIN 0010: CABLE, VIDEO PLENUM 50' P/N P/PPV50 3EA CLIN 0011: ADAPTER, VIDEO P/N PB 3EA CLIN 0012: AMP, DIST VGA P/N VP200 5EA CLIN 0013: CABLE, AUDIO & VIDEO, 15' P/N 3PG3PG15 3EA CLIN 0014: KEYBOARD, WIRELESS AND MOUSE P/N GC1105CKM 2EA CLIN 0015: KIT, EXPERIENCE AMX 7.5" MODERO, P/N FG59657520K, 1EA CLIN 0016: CONTROL VOLUME AMX VOL3 CHANNEL, P/N FG5756 1EA CLIN 0017: MIC, CEILING P/N PRO45W 4EA CLIN 0018: SYSTEM, MIC WIRELESS, P/N AEW411OD 1EA CLIN 0019: ELEMENT, LAVALIERE P/N AT831CW 1EA CLIN 0020: TRANSMITTER, MIC HANDHELD P/N AEWT4100D 1EA CLIN 0021: MIXER, MIX FIVE INPUT AUTOMATIC, P/N MX351 1EA CLIN 0022: MIC, LECTERN P/N U859QL 1EA CLIN 0023: SUPPLY, POWER MIC BASE, P/N AT8647QM/S 1EA CLIN 0024: PHANTOM, P/N AT8801 1EA CLIN 0025: LECTERN, MULTIMEDIA P/N 05.035.031 1EA CLIN 0026: DRAWER, KEYBOARD LECTERN, P/N 05.111.001 1EA CLIN 0027: RAILS, RACK EIA, P/N 05.115.004 1EA CLIN 0028: MOUNT, WALL CHEIF TILT P/N PRO2000 2EA CLIN 0029: DELL GX740 P/N GX740 1EA CLIN 0030: SWITCHER/DA, VGA INPUT,P/N 6029711 1EA CLIN 0031: HAS, TILT UP P/N 6041501 1EA CLIN 0032: PLATE, BLANK EXTRON POPUP P/N 7009011 2EA CLIN 0033: BARRELL F TO F EXTRON TWO, P/N 7045411 1EA CLIN 0034: PLATE, INPUT EXTRON LAPTOP, W/AUDIO, P/N 70100173 1EA CLIN 0035: MXP, 3000 PORTABLE, P/N 113724 1EA CLIN 0036: NPP MXP, PORTABLE 3000, P/N 113829N99 1EA CLIN 0037: MULTISITE MXP, PORTABLE 3000, P/N 113829MS 1EA CLIN 0038: CAMERA, WAVE II EXTRA, P/N 112688 1EA CLIN 0039: TERMINATOR NETWORK P/N 500843 1EA CLIN 0040: CONTRACT MAINTENANCE, ONE YEAR, P/N ON EYRMAINT 1EA CLIN 0041: S VIDEO, CAMERA EXTRA WAVE II, P/N 112638 1EA CLIN 0042: SPEAKERS, CEILING FIRE RATED, P/N 8081 4EA CLIN 0043: PANEL, BLANK IRU, P/N L2191 4EA CLIN 0044: SHELF, CLAMPING 2RU, P/N L10315 2EA CLIN 0045: DRAWER, STORAGE 2RU, P/N L28-193 1EA CLIN 0046: STRIP, POWER GEIST RACK MOUNT P/N 5070123 CLIN 0047: CABLES, CONNECTIVITY, USB P/N 70528 3EA CLIN 0048: ADAPTER, DVI TO VGA, P/N 00676 2EA CLIN 0049: CABLE, VGA 1' P/N 00607 3EA CLIN 0050: CABLE, MIC 25' P/N XLMXMF25 4EA CLIN 0051: CABLE, SPEAKER PLENUM, P/N 1862A1000 1EA CLIN 0052: ADAPTER, AUDIO P/N YMFSP2P 1EA CLIN 0053: ADAPTER, AUDIO P/N YP2PF 2EA CLIN 0054: CABLE, AUDIO PC P/N MPSMPS6 2EA CLIN 0055: CABLE, MIC 3' P/N XLMXLF3 2EA CLIN 0056: CABLE, VGA 6' P/N VGAMM3 3EA CLIN 0057: CABLE, AUDIO STEREO, 6' P/N 2P2P6 2EA CLIN 0058: CABLE, SVIDEO PLENUM, 50' P/N P/SV450 1EA CLIN 0059: CABLE, MIC 6", P/N XLMXLF6 1EA CLIN 0060: AMP MIXER TOA, P/N BG1060 1EA CLIN 0061: EARS RACK TOA, P/N MB1000 1EA CLIN 0062: PROGRAMMING 1EA CLIN 0063: HARDWARE 1EA CLIN 0064: PROJECT MANAGEMENT 1EA CLIN 0065: INSTALLATION AV 1EA CLIN 0066: PALN GOLD SERVICE, ONE YEAR WARRANTY ON PARTS AND LABOR AND FOUR HOURS ON SITE OPERATOR TRAINING 3EA STATEMENT OF WORK VIDEO TELECONFERENCE SYSTEM BRANCH MEDICAL CLINIC, PARRIS ISLAND, S.C. 699 MALECON DRIVE PARRIS ISLAND, SC 29905 This proposal is for the acquisition, delivery, and installation of the VIDEO TELECONFERENCE SYSTEM equipment located at the Branch Medical Clinic, Parris Island, SC. The project includes a VIDEO TELECONFERENCE SYSTEM for room?s 1034, 1122, 2071 and 2057. The as-built drawings will be available to the contractor for review as requested. General Information Installation of the VIDEO TELECONFERENCE SYSTEM will be coordinated with the Health Facilities Planning and Project Officer (HFPPO). Please contact POC upon arrival to the install site. a. The anticipated date for the installation of the VIDEO TELECONFERENCE SYSTEM is 01 Aug 07. b. The Contractor is responsible for field verification before any items are ordered. It is the responsibility of the contactor to ensure all equipment accommodates the actual dimensions of the rooms. The government will not accept any product that does not conform to this standard. c. The contractor will meet with the HFPPO and end user department representative during field verification. Final approval will be made by the Navy HFPPO. This does not alleviate the contractor?s responsibility to ensure the equipment accommodates actual room dimensions. d. The Contractor will provide all manpower and related services to accomplish the design efforts to meet the deadlines set forth in this SOW. Installation information The final schedule is to be determined at the Navy?s sole discretion. There shall be no cost to the government as a result of schedule changes as long as the contractor is given 30 days notice. A detailed flexible work schedule shall be established jointly by both parties to conform to the government project timeline. The contracting company shall have a Project Manager on site at all times during installation to resolve any conflicts and answer all questions. a. The contractor shall provide all manpower, equipment (dollies, vans, tools, etc.) and related services to accomplish the receiving (truck unloading), delivery, assembly, and installation of the VIDEO TELECONFERENCE SYSTEM as designated by the government. Contractor supplied moving and handling equipment shall not damage or mark floors. b. The contractor shall perform all the services required for the VIDEO TELECONFERENCE SYSTEM equipment per the manufactures specifications. These services shall include unpacking and uncrating as required, placement of property in new location, removal of padding and crating materials from the Branch Medical Clinic Parris Island and any other service necessary to meet the requirement of the contract. c. The contractor shall furnish sufficient tools to perform the assembly/disassembly and appropriate installations. d. If necessary, the Contractor shall provide all required material to correctly install the equipment. The contractor will test the equipment to ensure proper operation. The Government reserves the right to have its representative witness and inspect equipment before, during, and after installation. e. The Contractor shall implement and use a quality control program to ensure the equipment installation is performed appropriately. The QC program shall include an inspection system covering the requirements of the installation. At the completion of the install, the Government will perform and acceptance inspection. The Contractor shall remedy discrepancy items that result from improper installation and shall make the appropriate contacts to remedy manufacturer?s discrepancies. Supervision a. The Contractor shall designate a Project Manager and an alternate to oversee the crew and to maintain liaison with the clinic. The Project Manager shall work closely with the HFPPO representatives, develop/move schedules, and discuss quantity of work and any other pertinent issues related to the job. b. During the contract period, the Contractor shall keep the same Project Manager and alternate on the job from the beginning to the end, except to the extent illness or injury makes such continuity impossible. If the Project Manager cannot continue due to the described circumstances, an alternate shall assume the duties. Character of Work and Workforce a. The work shall conform in all respects with the requirements of the contract. b. Uncivil behavior, possession of firearms, failure to follow OSHA guidelines, drug or alcohol use will not be tolerated. c. The Government reserves the right to require the removal of any particular worker from the job at its sole discretion. Contractor personnel are subject to criminal background/records checks prior to being issued a base pass. d. All Contractor personnel shall abide by the Naval Station Norfolk rules and regulations while onboard. These rules include: no smoking or tobacco use unless in a designated smoking area, no food or beverages except in authorized areas, maintain minimal noise levels, and allowing corridor access to non-move personnel/patients/carts. e. Work shall be performed during normal working hours of 0700 and 1600. Additional Information a. The Contractor shall keep the premises free from excessive accumulation of waste material or rubbish caused by the employees or work. Contractor is responsible for the removal of packing and rubbish from the health clinic compound. The use of the Base dumpsters or trash compactors is not permitted. b. At the completion of work and before acceptance, the contractor shall remove all installation-related rubbish and equipment including cartons, packing materials, tools, etc. They shall restore and replace in a suitable manner all property both public and private that has been damaged or removed in the performance of this SOW. c. The Government, without invalidating the Contract, reserves the right to make any addition, deletion, or change in the work or equipment called for in the contract with the approval of the procurement agent. d. Changes, which involve any difference in Contract price, will not be made except with a written order from the Government either increasing or decreasing the contract price. Delivery is July 21, 2007. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items. This announcement will close at 1600 CST on June 21, 2007. Contact Bonnie Adams who can be reached at 228-871-2868 or email bonnie.a.adams@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based on responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote, which shall be considered by the agency. 52.212-2, Evaluation ? Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors ? a combination of price, delivery and or specifications of material Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: BRANCH MEDICAL CLINIC, PARRIS ISLAND, S.C., 699 MALECON DRIVE, PARRIS ISLAND, SC
Zip Code: 29905
Country: UNITED STATES
 
Record
SN01322700-W 20070621/070619223817 (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.