Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

D -- Projectors/Lamps

Notice Date
7/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3G0AB7127A100-PROJECTOR-SYSTEM
 
Response Due
7/25/2007
 
Archive Date
8/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Items to be Procured: 1.Projector-Resolution: 1024x768 dots, Luminosity 3500 Lumens, projection distance up to 25?, input specs: XGA capable, Mitsubishi XD2000 or equal. 2 EA 2.XD2000 (or equal) Replacement lamps. 2 EA 3.Suspended ceiling adapter for projector. 2 EA Ceiling mounts. Fixed position; only to be adjusted during installation. 2 EA 4.Custom 12? wide x 5? height (no smaller that 5? and no larger than 10?; 5? preferred), fixed wall mount screen. 2 EA 5.Extron Matrix Switcher, 6x4 (input X output), with audio or equal. Suggested 3.5" H x 17.0" W x 9.4" D (2U high, full rack wide).1 EA 6.Rack enclosure with custom shelves and power, metal preferred, Mid-Atlantic or equal. Must fit selected matrix switcher and amplifier and include appropriate Rack Mount Shelf for DVI Interface (Extron Part # RSB-126 or equal).1 EA 7.Extron DVI Interfaces DVI-RGB-150 or equal. To be mounted in rack, requires 1U 6" Deep Basic Rack Shelf. 1.7" H x 8.7" W x 6.0" D.4 EA 8.Amplifier-power 60W or greater, with modules, TOA 906 or equal. Suggested 3.9" height x 16.5" width x 14.1" depth.1 EA 9.Speakers-10-150 Watt, Black finish, wall mount, Bose or equal.1 PR 10.Custom computer cable for 6 computer inputs.1 EA 11.Custom audio cables for 6 computer inputs.1 EA 12.Custom Video cables for video inputs.1 EA 13.Steel conduit to house all cables.1 EA 14.Electrical hardware for AC power circuits.1 EA 15.Installation, including all hardware installation, cable installation and termination, system integration and field testing, additional power for projectors, project management and hand off training, travel, labor and all other expenses.1 EA 16.Maintenance agreement, to include quarterly cleanings and system inspections, converts all factory warranty to on site, 3 years.1 EA **All line items must be compatible with each other.** -A site visit is scheduled for August 2, 2007 @ 1000. Contractors wishing to attend shall notify Senior Airman Paul Sanders via e-mail to register for attendance (paulw.sanders@nellis.af.mil) by July 25, 2007 @ 1000 PST. Contractors will meet at the visitor?s center on Craig Road at Nellis Air Force Base, Nevada with valid driver?s license, current vehicle registration, and proof of vehicle insurance. Quotes should be in the following format: price for each line item independently and total price for all line items combined. Please submit any accompanying documentation with quote. Award Basis: Lowest Price Technically Acceptable. The following factors will be used to evaluate the offer: price, and product conformity. Federal Acquisition Regulation (FAR) provision; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25; Affirmative Action; FAR 52.252-1, Provisions Incorporatd by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. The following clauses apply to this solicitation and resulting award: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6, Total Small Business Set-aside; FAR 52.222-21, Previous Contracts & Compliance Reports; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law ? Breach Contract Claim; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; FAR 52.247-34, F.o.b. Destination, DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to paulw.sanders@nellis.af.mil or you may fax them to the attention of SrA Paul Sanders at 702-652-9570. Please contact SrA Paul Sanders with any questions/concerns at 702-652-9576 (voicemail inopperative). Quotes are due on or before 4:30pm Thursday 12 Jul 07, Pacific Standard Time. Point of Contact: Paul Sanders, Contract Administrator, Phone 702-652-9576, Email paulw.sanders@nellis.af.mil Kevin Weiss, Contract Negotiator, Phone 702-652-8385, Email kevin.weiss@nellis.af.mil
 
Place of Performance
Address: NELLIS AFB, NEVADA
Zip Code: 89191-7063
Country: UNITED STATES
 
Record
SN01348036-W 20070722/070720223736 (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.