Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOLICITATION NOTICE

59 -- Audio/Visual System Equipment

Notice Date
7/14/2008
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908T0461
 
Response Due
7/25/2008
 
Archive Date
8/9/2008
 
Point of Contact
Harris Carr 757-443-1391 Marchetta Smith757-443-1445
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 13.106 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-08-T-0461. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase on the following item(s) : 1.0Objective: The contractor shall provide the necessary equipment and labor to upgrade the video teleconference (VTC) system located on-site at the Surface Warfare Development Group (SWDG), Building 112, Code N8, Naval Amphibious Base, Norfolk Virginia. The Audio Video (AV) system is located in Conference Room A. The contractor provided equipment shall control the entire Conference Room A with a base control system including two projectors, Tandberg VTC unit, Digital Video Disc/Video Cassette Recorder and computer inputs. The equipment shall provide for updated, and readily expandable, technology to support future growth. 1.1 The contractor shall removed the current system based components and install the upgrade equipment to include the control processor, video interface for the SmartTech Sympodium, volume equalizer, and supporting components. The contractors technicians shall make every effort to maintain the maximum quality, look, and sound that is currently installed. 1.2 All components removed by the contractor shall be turned into SWDG personnel. The new design shall closely resemble the original design. The replacement system shall maintain video and allow a minimum of five porters to log-in and participate in the conferences.2.0 Requirements: The contractor shall provide a detailed listing of all equipment that will be provided to include: Name brand (manufacturer), part number, and salient characteristics. Any labor or associated cost for removal and installation the equipment shall be separately addressed. (please contact Harris Carr, p 757-443-1391 or email harris.carr@navy.mil). Delivery will be no later than 11 August, 2008, FOB: DESTINATION. Offerors shall provide its delivery schedule. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certificationsCommercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002).5252.NS.054T Transportation Smart Transportation System (STS) At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by July 28, 2008, 3:00 P.M. Offers can be emailed to harris.carr@navy.mil, faxed to 757-443-1337 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 200, Attn: Harris Carr, Norfolk, VA.23511-3392. Reference RFQ N00189-08-T-0461, on your proposal. NAICS 517919.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ff1d1fa6c0abab82d7e274e5fe08ab8&tab=core&_cview=1)
 
Record
SN01613603-W 20080716/080714223049-fd35b4e877e1f7b86ec590782e8130ad (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.