Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2008 FBO #2403
SOLICITATION NOTICE

70 -- Visual Information (VI) Systems

Notice Date
6/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Hampshire, USPFO for New Hampshire, 4 Pembroke Rd, Concord, NH 03301-5652
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-08-T-0020
 
Response Due
7/1/2008
 
Archive Date
8/30/2008
 
Point of Contact
Joan D. Parent, 603-227-1445
 
Small Business Set-Aside
N/A
 
Description
Reference number W912TF-08-T-0020 is issued as a request for quotation (RFQ). 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; quotes are being requested and a written solicitation will not be issued. The North American Industries Classification System Code is 423430 Computer and Computer Peripheral Equipment and Software Merchant Wholesalers, size standard is 100 employees. Quotes are requested for ALL or NONE of the items listed in this solicitation. OVERVIEW: New Hampshire Army National Guard is requesting quotes for Visual Information (VI) Systems project located at New Hampshire Army National Guard facilities in Concord, Littleton, Portsmouth, and Lebanon. The capabilities of the systems, as described herein, will provide a flexible, technologically advanced user-friendly environment for the New Hampshire National Guards meeting, conference, presentation needs, and instructional environment. The conference rooms will feature uniform functionality throughout the New Hampshire National Guard. The systems include electronic whiteboard and video teleconference (VTC) capabilities. Name Brand products are listed in order to provide examples of desired features and functionality. Equivalent products may be proposed, alternate/optional equipment will be considered. The contractor is to provide equipment and installation services to furnish fully functional systems installed to the manufacturers specifications, industry standards, and applicable building codes. Field verification prior to installation is required. All power and network connectivity will be provided by the New Hampshire National Guard. All wiring will meet applicable standards and will be concealed within the false ceiling and walls and connected to a custom faceplate. No raceway, external box for faceplate, or external wiring will be installed on walls or ceiling without written approval by the Contracting Officers Representative (COR) assigned to the project. The typical ceiling heights are 9 with a 5 crawl space and constructed by 2X2 or 2X4 false ceiling square tiles. Above the tiles are metal braces for installation of the projector (Figure 11 of attachment). The typical walls consist of 5/8 thick sheetrock with metal studding, 16 on center. The room dimensions are provided along with a room schematic. Room schematics are not to scale. 1. Standard Room Specifications attachment clearly identifies what a standard system consists of: Listed under materials are the items to be priced for purchase and installation. The equipment tagged as Government owned and installed equipment, Government owned needs to be installed equipment, and items that need to be purchased and installed. If attachments don't upload to this posting, please contact joan.parent@us.army.mil via e-mail for them. 2. Armory Locations and Equipment List attachment clearly identifies where the items purchased are to be installed, those items Government owned and already installed, and Government owned equipment that needs to be installed. If attachments don't upload to this posting, please contact joan.parent@us.army.mil via e-mail for them. 3. Equipment Specs and Armory Layouts attachment is self explanatory. If attachments don't upload to this posting, please contact joan.parent@us.army.mil via e-mail for them. The provisions at 52.212-2, Evaluation-Commercial Items apply. Award will be made to a single responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on technical conformance, cost or price, and past performance. Technical conformance and past performance when combined are significantly more important than cost or price. The provisions and clauses listed below are applicable to this solicitation. FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identify Verification of Contractor Personnel, FAR 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev), FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-41 Services Contract Act, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-8 Discounts for Prompt Payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev), DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7003 ADDENDUM: In accordance with DFARS 252.232-7003 (c), this DOD agency is unable to receive a payment request in electronic form; the Contractor shall submit the payment request to the address shown in Block 18a of the Standard Form 1449. FAR 52.222-41 Services Contract Act; IAW NH Labor Standards Wage Determination No.: 2005-2339, Revision 6, Date Of Revision: 09/17/2007; Wage Determination No.: 2005-2257, Revision No.: 7, Date Of Revision: 03/07/2008; or Wage Determination No.: 2005-2339, Revision No.: 6, Date Of Revision: 09/17/2007 found at http://www.wdol.gov All Offer Representations and Certifications (Reps and Certs) should be provided in written format and provided with the proposal or accessible by this office in the ORCA database at https://orca.bpn.gov/. All offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR and Reps and Certs will make an offeror ineligible for award. Contact CCR at 1-888-352-9333 or visit ccr.gov. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil or http://www.arnet.gov/far. Delivery requirement: Installation to begin 30-60 days ARO. Contractor awarded this contract must have items delivered to their location and brought with them to the job site. The NH National Guard does not currently have space available for items to be delivered to the install locations. Quotes are due: 8:00 AM EDT on Tuesday, 1 July 2008, via e-mail to joan.parent@us.army.mil or by fax to 603-225-1362. Late submissions will not be considered. Questions/comments regarding this RFQ should be sent via e-mail to joan.parent@us.army.mil, telephonic inquires will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=187b81a9bd23375417001bcfb087d797&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for New Hampshire 1 Minuteman Way Concord NH
Zip Code: 03301-5652
 
Record
SN01598931-W 20080625/080623215626-187b81a9bd23375417001bcfb087d797 (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.