Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2008 FBO #2497
SOLICITATION NOTICE

70 -- Video Teleconference Equipment (VTC)

Notice Date
9/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-08-T-0017
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Point of Contact
Marie Tornai, 719-554-8446<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-08-T-0017 and is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: VTC Equipment for U.S. Army SMDC/ARSTRAT, Peterson AFB, Co. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within 30 calendar days after receipt of order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0078. Offerors shall structure their proposal to include a price for: No#ItemModel NumberPart NumberQTY 1 Avocent SwitchView Secure KVM SwitchSC4UAD-0011 2 Avocent, Male DVI-I to Female VGA AdapterVAD-27 5 3 Black Box, Rackmount Power StripPS188A 1 4 BTX, Fiber Jumper, ST-ST, 62.5, Multimode, 3mYV-FOSIST31 5 BTX, MaxBlox HD15 (m) Terminal BlockCD-MX15M8 6 BTX, MaxBlox HD15 HoodCD-MX915H8 7 BTX, 4 Conductor Plenum Control Cable, 200'WD-1502P1 8 BTX, SVHS Cable, 30'YV-PPSV4301 9 BTX, 3.5mm Stereo (m-f), 25'YA-J921251 10 BTX, Dual RCA Audio Cable, 50'YA-J94501 11 BTX, HD15(m-m) + 3.5mm Stereo Cable, 25'YD-VGAA251 12 BTX, HD15(m-m) + 3.5mm Stereo Cable, 50'YD-VGAA501 13 BTX, USB (a-a), m--m, Cable, 6'YD-CC2208062 14 BTX, USB (a-b) m-m, Cable 3'YD-USBAB32 15 Cables To Go, Cable Tie Mount, Pkg 25430472 16 Cables To Go, Hook and Loop Cable Straps,Black, 6', Pkg 12 #298585 17 Cables To Go, 15ft Universal Power Cord (C13 to 5-15P)094823 18 Cables To Go, 5ft Extension Cord, (NEMA 5-15P to 5-15R)299317 19 Cables To Go, 25ft Universal Power Cord, (C13 to NEMA 5-15P)147191 20 CDW, Apple USB Power AdapterMB352LL/A15251104 21 CSI, Power SupplyPDPS-1-NA2 22 CSI, FIberLink 7240 RGBHV, Stereo Audio, Data, Fiber Optic Trans 7240 7240-B3S1 23 CSI, FIberLink 7241 RGBHV, Stereo Audio, Data, Fiber Optic Receiver 7241 241-B3S1 24 Epson G5150NL ProjectorV11H2739201 25 Epson Standard Zoom LensV12H004S031 26 Chief Projector Mount for Epson G5150RPA-U1 27 Extron, Nine-Button Adapter Plate, BlackCM-9BLB70-494-022 28 Extron MediaLink Controller Rack Mount UCM RAAP70-344-021 29 Extron RJ45 Barrel Plate70-402-114 30 Extron Handheld IR RemoteIR 40270-207-011 31 Extron, IR SensorIR Sensor70-223-011 32 Extron, IR Signal RepeaterIRL 2060-580-011 33 Extron AAP Blank Plate Double, Black70-090-124 34 Extron AAP Blank Plate Single, Black70-090-114 35 Extron MediaLink ControllerMLC 226 IP L60-600-321 36 Extron MediaLink Controller Rack Mount UCM RAAP70-344-021 37 Extron, 1 x 6, Audio Distribution AmplifierDA 6A60-692-201 38 Extron Universal Rack ShelfRSU 12960-190-011 39 Extron, AAP 15-pin HD Female Gender Changer70-101-111 40 Extron, AAP 3.5mm Mini Stereo Jack70-587-111 41 Extron, Eight Output VGA & Audio DAP/2 DA8 A 60-891-011 42 Extron, Two USB A Female Barrel Plate70-454-111 43 Extron, RJ-45 Female Barrel Plate70-402-111 44 Extron, Single Space, 2 Cable Pass-Through 70-636-022 45 Kramer Electronics, FC-5 Protocol Translator FC-51 46 Liberty Cable, Micro-VGA+Audio Cable, 12' E-MVGAMAM-M-123 47 Liberty Cable, USB 2.0, A-B, m-m, 15'E-USBAB-153 48 Middle Atlantic Blank Panel, 1RUSB1SB12 49 Middle Atlantic Blank Panel, 2RUSB2SB23 50 Middle Atlantic Customized InsertFI-2FI-21 51 Middle Atlantic Rack Drawer, 2RUUD2UD21 52 Middle Atlantic, Corner Video Desk with Granite Finish MDV-CNR11 53 Middle Atlantic, 12 Space Side Rack with Granite Finish MDV-R122 54 Middle Atlantic,12 Space Plexiglass DoorPSDR-122 55 Middle Atlantic, Casters for MDV-R12MDV-CK2 56 Middle Atlantic, Cable Management KitCM-L1 57 Middle Atlantic, Universal RackshelfU42 58 Middle Atlantic, Custom Rackshelf, 2RURSH4S-C1 59 Middle Atlantic, Custom Rackshelf, 3RURSH4S-C1 60 Middle Atlantic, 8 inch Cable Straps, Qty 12TW125 61 Newark, NEMA 5-15P Plug35B7756 62 Newark, DB9F Crimp Connector93F88734 63 Newark, DB9M Crimp Connector93F88724 64 Newark, Power Cord, 10'93K25947 65 Panduit, 1.5x1 Solid Raceway, White, 6'FS1.5X1WH6NM10 66 Panduit, 1.5X1 Cover, White, 6'C1.5WH610 67 Panduit, Wire Retainer, Pkg 100WRS-A-C101 68 Panduit, Joining Strip, White, 6'DJS1WH61 69 Premier Mounts, Universal Flat MountUFM8299731505562 70 Pulizzi Power Cable010-93341 71 Pulizzi Cable RestraintKIT-CABLRES-011 72 Pulizzi Power ControllerIPC34021 73 Sharp, 52 inch LCD TelevisionLC-52D64U2 74 SurgeX Power ConditionerSA82SA821 75 SurgeX Power ConditionerSX1115SX11151 76 Vetra, RS232 to USB TranslatorUSB-3351 77 40 hours, Certified Technology Specialist (CTS) Certified Systems Installer, Install-ESI Additional Information: Installer to augument Government Lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation 78 12 hours, Certified Technology Specialist (CTS-I) Certified AV Systems Engineer/Certified Extron MediaLink Installer, Engineer-ESI Additional Information: Installer to augument Government Lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within 30 calendar days after receipt of order. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 9:00 AM, Mountain Time, 30 September 2008. Award is anticipated no later than 30 September 2008. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Product Design, Configuration, Technical and Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or beat the required delivery date for all items described in CLINs 0001 - 0078 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 9:00 AM (Mountain Time) on 30 September 2008. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446, fax (719) 554-8442 or at e-mail marie.tornai@smdc-cs.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7c62f2b1cd0cb08524c719247c997a3&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01681369-W 20080927/080925222148-e7c62f2b1cd0cb08524c719247c997a3 (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.