SOLICITATION NOTICE
67 -- Mulit-Media Equipment
- Notice Date
- 3/11/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- 45 West Street, Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- WJJQAA80267300
- Response Due
- 3/13/2008
- Archive Date
- 9/9/2008
- Point of Contact
- Name: Shannon Dunmire, Title: Contract Specialist, Phone: 3157726524, Fax: 3157727473
- E-Mail Address
-
shannon.dunmire@us.army.mil;
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is WJJQAA80267300 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 423620 with a small business size standard of 100 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-13 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Epson Powerlite S4 Projector Item # V11H221020 or Equal. At least 1800 ANSI Lumens, Pixel number 480,000 dots x 3 (800 x 600) LCDs, SVGA Resolution, Aspect ratio 4:3, up to 6 lbs and instant on/off switch., 2, EA; LI 002, Califone Powerpro Companion Package item # PA916PS-E or equal. Includes speaker cover and microphone; at least 6 foot power cord; 90 Watt RMS power amplifier; built in 16 selectable channel UHF wireless Mic Receiver; Power source: 100-240 volt AC universal power supply and 12 volt lead acid; Woofer: 10 inch diameter, 2 inch diameter voice coil, at least 40 oz magnet, moisture resistant cone with at lest 120 watt capacity; Horn Tweeter: 4.25 inch square, at least 12 oz magnet, 1 inch diameter voice coil, at least 30 watts RMS capacity, phenolic diaphragm and moisture resistant; Frequency Response: at least 45 Hz to 18 kHz; at least 3.5 inch wheels and 4 position telescoping handle; Fiberglass reinforced polypropylene enclosure with 1.5mm powder coated steel grille for durability. , 2, EA; LI 003, Portable 60 x 60 Draper Diplomat Projection Screen or equal. High Contrast Grey surface, Viewing cone of 180 degrees, gain of at least 0.8, must include tripod., 2, EA; LI 004, Panasonic PV-GS320 MiniDV Camcorder or Equal. At least: 3.1 megapixels, 10x optical zoon, 700x digital zoom length, 2.7 inch LCD screen; 3 CCD technology; image stabilization; USB 2.0 output and low light mode., 2, EA; LI 005, Creative Inspire T6100 Speakers or Equal. At least: 76 watts total RMS Power, Front and rear speakers at least 8 watts RMS per speaker; Center speaker at least 18 watts RMS; Subwoofer at least 26 watts RMS; at least 135 watts total system power; Overall Frequency Response: at least 40 Hz to 20 kHz; Signal to noise ratio at least 80 dB., 4, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Solicitation Clauses: The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside: 52.219-27. Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-50, Combating Trafficking in Persons, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004, Alternate A. 252.225-7001, Buy American Act And Balance Of Payments Program 252.225-7036 Buy American Act--Free Trade Agreements--Balance Of Payments Program Alt I, 252.232-7003, Electronic Submission Of Payment Requests. 252.247-7023, Transportation of Supplies by Sea under SAT. In accordance with 52.252-2, Clauses Incorporated by Reference, the full text of FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil. The solicitation document and incorporated clauses are those in effect through DFARS Circular Current to DCN 20080124 Edition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to shannon.dunmire@us.army.mil (not through FedBid.com), so that they are received at that email address no later than the closing date and time for this solicitation. The offeror must comply with 52.204-7 Central Contractor Registration (CCR). Interested parties must be registered in CCR. Information can be found at http://www.ccr.gov. The offeror must comply with FAR 52.204-8 Annual Representation and Certification. Interested parties are required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/. Shipping is FOB Destination CONUS (CONtinental U.S.). Delivery shall be made within 30 days or less after receipt of order (ARO). New Equipment ONLY. NO remanufactured products will be accepted. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). Basis for Award Award shall be made to the responsive, responsible quoter whose quote is the most advantageous to the Government based on lowest price and in keeping with the terms of the RFQ. The offeror must comply with the following commercial item terms and conditions. FAR 52.252-1, solicitation provisions incorporated by reference (The full text of FAR Provisions may be accessed electronically at http://farsite.hillaf.mil/), FAR 52.204-8 Annual Representation and Certification (interested parties are required to input their Representations and Certifications into the online representations and certifications application (ORCA) database which is located at the following internet address: http://www.ccr.gov), FAR 52.211-6 Brand name or Equal, FAR 52.212-1 Instructions to Offeror?s, FAR 52.212-2 - Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Responsive, responsible quoter whose quote is the most advantageous to the Government based on lowest price and in keeping with the terms of the RFQ, 52.212-3 Offeror Representations and Certifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial items. The full text of FAR and DFARS provisions may be accessed electronically at http://farsite.hill.af.mil. The solicitation document and incorporated provisions are those in effect through DFARS Circular Current to DCN 20070906 Edition.
- Web Link
-
www.fedbid.com (b-63491_01, n-10975)
(http://www.fedbid.com)
- Place of Performance
- Address: Fort Drum, NY 13602
- Zip Code: 13602
- Country: US
- Zip Code: 13602
- Record
- SN01529574-W 20080313/080311224600 (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 |