Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOLICITATION NOTICE

N -- Interactive Whiteboard with Integrated Unifi Projector. Language Classroom upgrades.

Notice Date
4/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708T0053
 
Response Due
4/24/2008
 
Point of Contact
Stephanie Murphree, 910-907-5101
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotesare being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-08-T-0053 is issued as a Request for Quote (RFQ) to supply and install 52 Smart Board Interactive Whiteboards with Integrated Unifi Projectors. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-24, effective March 31, 2008. (iv)Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 334310, SIC code 5065 and size standard is 750 employees. This solicitation is issued under FAR Part 13.5, Test Program For CertainCommercial Items. (v)This requirement is to supply and install 52 smart boards in 52 rooms at Bank Hall, Fort Bragg, NC to meet the training guidance and support the demands of enhanced testing standards. The Contractor shall provide the equipment and accomplish the required installation to transform 52 classrooms of the language training facility at Bank Hall to meet guidance to realign the Special Operations Language Training (SOLT) program to satisfy enhanced testing requirements. The intent is to replace the current outdated equipment with new equipment as specified. The following tasks shall be performed independent of Government supervision, direction, or control: install all new required equipment, installation shall be performed on weekends (Saturday/Sunday), and shall consist of the installation of the Smartboards, connecting the Smartboards to desktops in all 52 classrooms, and connecting desktops to the server in the language laboratory. The Contractor shall provide a final report summarizing the work performed and the results and conclusions derived to the designated Government Representative once delivery and installation is complete. Smartboard requirements. Smartboards, Unifi 35 projector size 25-7/8W x 14-3/8H x 48D, remote connection panel, Smartboard interactive white board, size: 54-3/4W x 41-5/8H x 5-1/8D active screen area. Unifi projector features unifi on-screen interface, including interactive tools for controlling the projector, making notes over projector images and saving Scrapbook page to a USB storage device. Projector head shall include: focus ring and a side-mounted access door for lamp changes display. Projector display technology (DLP, DDR ), featuring close projection technologies from 3M brightness 1500 ANSI lumens (aspect radio: 4:3) (Native: support 16:9), contract radios: 1500:1. The Interactive Whiteboard with Integrated Unifi Projector provided under this requirement shall enable language instructors to write on the board, display authentic/real world foreign language reading and listening (video streaming) materials, and provide the capability to save the instructors written instructions, character scripting, grammer notes, and cultural vocabulary for the target area of responsiblity, plus allowthe students to capture and save displayed images/graphic exercises written on the board to the students laptop and portable thumb drives, to take home for use at night on the students laptop in accordance with instructor customized language homework assignments. Please provide quotes in the spaces provided below and return this Combined Synopsis/Solicitation in accordance with paragraph (xi): CLIN 0001 64 Interactive Whiteboard with Integrated Unifi Projector. Quantity 52 x _______ unit price = _______ extended price. CLIN 0002 Provide all equipment and labor necessary to successfully install all 52 smartboards in each of the 52 designated classrooms. Installation includes integrating systems to the server. Quantity 1 x _______ unit price = _______ extended price. (vi)The requirement shall be Firm Fixed Price. (vii)Delivery: As soon as possible. (viii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). Addendum to 52.212-1. Offerors shall providequotes in the spaces allowed on this Combined/Synopsis Solicitation. Offers shall include unit prices and extended prices. In case of variation between the unit price and the extension, the unit price will be considered to be the offer. 52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and delivery. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items as a part of their offer. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. (ix)The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms andConditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.204-7 Central Contractor Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. a.Applicable clauses under FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 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, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment. b.Applicable clauses under DFARS 252.212-7001: 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7021 Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. (x)APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 6) dated 3/19/2006. A copy of this Wage Determination can be found at http://www.wdol.gov. (xi)STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage-Benefits: 29081 Engineering Technician I $11.67 - 32.85%; 29083 Engineering Technician II $14.66 32.85% (xii)SITE VISIT ARRANGEMENTS. An organized site visit has been arranged to inspect the site where the will be used to give the vendors insight as to the requirements of this solicitation. The site visit will be on Thursday, April 17, 2008 at 1:00 (12:45) pm local time. Anyone wishing to visit the site should do so at this time. Those persons interested in attending the site should be at the Directorate of Contracting, Bldg 1-1333Macomb and Armistead, Fort Bragg, NC no later than 12:45 pm local time. Electronic notification of attendance must be received no later than 1:00 pm on Wednesday, April 16, 2008. Point of contact is Stephanie Murphree, (910) 907-5101, stephanie.murphree@us.army.mil. (xiii)Submission of proposals shall be forwarded by Thursday, April 24, 2008, 12:00 PM local time using either facsimile at (910) 396-9438 or email at stephanie.murphree@conus.army.mil. A formatted copy of this Combined Synopsis/Solicitation is available upon request, please submit request to the email address provided.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=862da788346fc1ce59a28863ba142bec&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01552074-W 20080412/080410221335-862da788346fc1ce59a28863ba142bec (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.