Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
DOCUMENT

59 -- Upgrade of DES Conference Room - Amendment 1

Notice Date
9/23/2008
 
Notice Type
Amendment 1
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092
 
ZIP Code
49037-3092
 
Solicitation Number
SP4704-08-Q-1062
 
Archive Date
10/9/2008
 
Point of Contact
Randy J Powell,, Phone: 269-961-7110, Jo R Spight,, Phone: 269-961-7170
 
E-Mail Address
Randy.Powell@dla.mil, Jo.Spight@dla.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 is issued as a Request for Quote (RFQ) SP4704-08-Q-1062. This RFQ is for a contractor to provide the following new items listed below to the HDI Federal Center in Battle Creek, MI. This is a brand name or equal requirement. If an equivalent item is offered, offeror must provide technical data sufficient to show comparability to the requested items. The offeror shall provide a price for each contract line item number (CLIN) in the bid schedule. Point of Contact: Contracting Officer, Randy Powell, Telephone 269-961-7110, email: randy.powell@dla.mil. DES Conference Room Equipment Upgrade SECTION B SUPPLIES OR SERVICES AND PRICE/COST Section B.1 Bid Schedule ITEM NO. SUPPLIES/SERVICES QTY UNIT UNIT-PRICE AMOUNT PRESENTATION 0001 DLP Video/Data Projector DLP 1 EA Mitsubishi XL-5900U 0002 Advantage Electrol 50" x 67" Tensioned Screen 1 EA DaLite 84346LV 0003 Ceiling Mount for Projector Chief RPA1 EA 0004 Cable Cubby 600 with Infrastructure 2 EA Extron 60-525-01 0005 MAV AV 44 AV 4x4 Composite/Audio Matrix Switcher 1 EA Extron 60-553-21 0006 Crosspoint 300 84 8x4 RGBHV/audio Matrix Switcher 1 EA Extron 60-219-16 0007 75' VGA Plenum Cable Extron 26-439-06 4 EA 0008 6' VGA/Audio Cable Extron 26-566-02 3 EA 0009 Rack Mounts for DVD and TV Tuner 2 EA MiddleAtlantic Custom 0010 AC Conditioner Furman PL Plus II 1 EA 0011 Equipment Rack MiddleAtlantic BRK-201 EA 0012 Wheels for Equipment RackMiddleAtlantic RKW 1 EA 0013 Cable, Connectors & Hardware1 LOT 0014 Engineering Labor24 HR 0015 In-shop and On-site System Installation 48 HR AUDIO CONFERENCING EQUIPMENT 0016 Audio Conferencing Unit with three microphones and 1 EA And two ceiling speakers. ClearOneRAV-900 0017 Power Supply RDL PS24A 1 EA 0018 Divider/Combiner RDL STD-10K2 EA 0019 Line Mixer RDL ST-MX31 EA 0020 Cable, Connectors, Patch Cord and Hardware 1 LOT 0021 Engineering Labor 6 HR 0022 In-shop and On-site Labor 16 HR VIDEO CONFERENCING SYSTEM 0023 Codec Polycom VSX-8000 1 EA 0024 PRI Interface Polycom 2215-21023-201 1 EA 0025 Polycom Partner Premeier Plus 3YR Warranty 1 EA Polycom 4870-00069-338 0026 Scan Converter Extron VSC-5001 EA 0027 Video Camera (Vaddio with Camera Mount) 1EA Sony EVI-D100 0028 Cable, Connectors & Hardware 1 LOT 0029 Engineering Labor 12 HR 0030 In-shop and On-site System Installation 24 HR CONTROL SYSTEM 0031 Control Mainframe AMX NI-41001 EA 0032 Card AMX NXC-COM2 4 EA 0033 Netlinx ICSNet Hub AMX NXC-NH1 EA 0034 Net Module Shell AMX NXM-NMS1 EA 0035 10" Modero Touch Panel with Video/Preview 2 EA AMXNXT-CV10 0036 Power Supply AMXPSN6.5 2 EA 0037 AMX NXS-MHSCard1 EA 0038 Cable Connectors & Hardware 1 LOT 0039 Engineering Labor 16 HR 0040 Remote Control System Programming Labor 80 HR 0041 Remote Control System Testing Labor 20 HR 0042 In-shop and On-site Labor20 HR 0001 Installation and upgrade In TOTAL $ thru DES Conference room (2-2-2) 0042 I.A.W. SOW B.2.7. (CLINs 0001 thru 0042) MISC 0043 Shipping 1 EA 0044 Repair Work Required 1 EA$1,000 $1,000 IAW SOW B.2.9 0045 Preventative Maintenance 2 EA TOTAL ALL CLINS 0001 THRU 0045 $ B.2 STATEMENT OF WORK (SOW)- Command Suite Upgrade B.2.1 General a. The Contractor shall furnish all labor, tools, supplies, repair parts, filters, installation tools, cabling, connectors, etc., to perform a timely and effective system upgrade and preventive maintenance (PM), and service calls for repair service when required, for the Defense Enterprise Support Conference Room (2-2-2), located at the Hart-Dole Inouye Federal Center, 74 North Washington Ave., Battle Creek, MI 49017-3094 b. The Systems upgrade shall be performed at a date and time mutually agreed upon by the contractor and the Contracting Officer’s Representative (COR). PM shall be performed as necessary, by notification when requested, or as otherwise agreed upon by the COR. The Contractor shall schedule the specific date of performance with the COR. B.2.2 Personnel a. The contractor shall display and document the ability to perform maintenance on all Equipment installed or maintained on site, and shall Provide the Government a brief resume’ of each of their technical staff. These résumé’s shall, at a minimum, include the technician’s name, citizenship and knowledge of the system. Employees performing the equipment programming or installation functions must be certified by the manufacturer to perform such functions. For security purposes, all employees of the Contractor or sub-contractors may be subject to routine background investigations in order to gain access to the Hart-Dole-Inouye Federal Center. b. The Contractor shall provide and require all Contractors’ employees to wear an identification badge showing the Contractor’s name and the employee’s name. This badge shall be worn at all times while the individual is at the Hart-Dole-Inouye Federal Center (HDIFC), except when safety dictates removal of the badge. Contractor shall return all HDIFC supplied badges to the Site Security Office, prior to contract completion. c. The Contractor shall submit to the Contracting Officer and the COR a roster of his employees which shall include the name and employment date of each employee. The Contractor shall notify the COR within two (2) working days of any changes to the roster and ensure this notification is made prior to Contractor employee entering the Hart-Dole-Inouye Federal Center. B.2.3 Status Reporting The Contractor shall make available to the Contracting Officer (CO) and/or the Contracting Officer Representative (COR) the status of any or all installation(s), repair(s) and/or maintenance work progress upon request. B.2.4 Operating Hours The Contractor shall schedule all work to be accomplished between the hours of 7:30 AM to 3:00 PM, Eastern Standard Time, Monday through Friday, excluding federal holidays, unless otherwise expressly approved by the COR. Work that cannot be completed by 3:30 PM shall be discontinued and resumed the next day, unless approved by the COR. B.2.5 Definitions Preventive Maintenance (PM) – Visual and operational inspection of all operational components and any repair or adjustment necessary to ensure an operational system in accordance with Section C. This includes, but is not limited to; hard drives, circuit boards, network interface cards (NIC) power supplies, cabling, monitors, projectors, switchers, touch panels, user interfaces, etc. Repair – To accomplish the operations that are authorized to restore a system to serviceable condition. On-Site - In Government furnished facilities on Hart-Dole-Inouye Federal Center, Battle Creek, MI. Off-Site - In Contractor furnished facilities located off of Hart-Dole-Inouye Federal Center, Battle Creek, MI. Minor Repairs – Consist of repair or replacement of unserviceable parts, assembles, sub-assemblies, electrical components, cabling, connectors, etc. Major Repairs – Consist of repair or replacement of major components not included in minor repairs. CLIN – “Contract Line Item Numbers”. The numerical number assigned to a controlled account. CO – “Contracting Officer”. The only person authorized to approve changes effecting price to any of the requirements under this contract. COR/CORs – “Contracting Officer’s Representative”. The individual designated in writing by the Contracting Officer to act as the Contracting Officer’s authorized representative. The COR is also the individual designated in writing by the Contracting Officer to monitor the Contractor’s performance to assure compliance with technical requirements of the contract. B.2.6 Contractor Furnished Facilities The Contractor shall be required to perform all repairs off-site, which are determined not feasible to repair on-site. The Contractor shall furnish facilities, labor, transportation and necessary spare parts for the repair of all equipment that is in need of off-site repair. B.2.7 Specific Tasks a. Engineering – Engineering services shall provide requirements for power, conduit and any cable run infrastructure not provided by the contractor, deemed necessary to complete this project, including conduit, switch locations and power outlets, high voltage, low voltage, A/V cabling, control cabling,etc. All programming involving the AMX control system must be coordinated with the COR during the design phase, and approved by the COR prior to final programming. These requirements must be provided a minimum of two weeks prior to the commencement of any on-premise work. Modifications in cabling, conduit and/or electrical requirements during the performance of this contract may delay the project for up to two weeks. b. Drawings and manuals – The contractor shall provide the following drawings and diagrams and manuals: c.Line drawings – These drawings shall illustrate the floor plan, location, equipment name/model #, conduit requirements, cabling and connectivity of all equipment within the scope of this project. The contractor shall at a minimum, provide an overall line drawing as specified above, and will also provide additional line drawings for sub-system components, to include A/C Power and conduit drawings, Video one-line drawings, Audio one-line drawings, control one-line drawings, instruction manuals and programs. The contractor agrees to turn over all equipment manuals, diagrams, etc, when shipped and received with equipment, to the COR. d. Government Provided materials – The government shall provide the existing equipment, existing cabling and existing power as is currently located within the area of performance. Any additional requirements for power, conduit, chasing, switches, etc. must be specified in accordance with paragraph B.2.7.a above. e. Installation/removal of new/existing equipment 1. Installation of new equipment – The new equipment installed shall be installed in the 1 Middle Atlantic equipment rack to be located as determined by the COR, unless requirements specified elsewhere within this document require installation at a specific location. The rack shall have Middle Atlantic RKW wheel kit installed to provide mobility of the rack. 2. Removal of existing equipment/cabling – All equipment removed during the performance of this project will remain the property of the U.S. Government and shall be turned over to the COR. Any cabling, with the exception of equipment specific/vendor supplied cabling such as power cables, proprietary or reusable connectors, or manufacturer supplied cables shall be turned over to the COR. Any cabling, including connectors and re-usable terminations, not reutilized in the project, falling within the exception noted above shall remain the property of the U.S. Government and be turned over to the COR. f. Audio Conferencing –A ClearOne RAV-900 Audio Conferencing unit will be installed in the Middle Atlantic Rack specified in paragraph 2.B.7.e.1. The system shall have built-in audio and nose cancellation. The 3 included microphones shall be installed on the existing conference room table in a configuration best suited for maximum audio coverage. The included ceiling mounted speakers shall be mounted in the existing drop ceiling in such a manner to minimize feedback while providing the best possible audio quality within the room. The system shall be controlled by the AMX control system which shall operate all functions referenced in paragraph 2.B.7.n.3 below. The RAV-900 shall also be used for audio from the DVD/VCR, TV Tuner, and Video Conference sources. g. Video Conferencing (VTC) – A Polycom VSX-8000 Video conferencing rack mount unit shall be installed in the rack unit specified in paragraph 2.B.7.e.1.above. The VSX-8000 shall support a T1 (PRI) interface, and a LAN network interface. The unit shall be interfaced with a new Sony EVI-D100 camera (1), New Extron VSC-500 Scan converter, and all other available video sources (new and existing), including both RGB and NTSC, so as to provide the capability to display and/or send via the VTC any video sources. The VTC shall display via the Extron MAV 44 AV 4x4 Composite Matrix Switcher. The VTC audio shall be controlled by the ClearOne RAV-900 Audio Conferencing unit via the AMX control panel. All Video conferencing and audio conferencing audio sources shall be routed to the ClearOne RAV-900 Audio Conferencing unit, and interfaced with and controlled by the AMX control system. Both incoming and outgoing audio shall be controllable via the AMX control panel. h. Conference Room NTSC Video – (1) Sony EVI-D100 camera, Extron VSC-500 Scan converter shall be installed in the rack specified in paragraph 2.B.7.e.1 and integrated into the system. Sony EVI-D100 camera shall be wall mounted at a location to be specified by the COR. The Sony EVI D100 camera shall be installed with a zoom lens. The zoom lens shall have a focal length appropriate in order to capture the entire room at the widest focal length and be able to zoom in to a standard head shot of an individual sitting at the farthest location in the room. The camera shall be mounted on a motorized pan/tilt mount, and shall have pan/tilt/zoom control capability interfaced with and controlled by the AMX touch panel. An Extron MAV 44 AV 4x4 Audio/Video matrix switcher, shall be installed in the rack specified in paragraph 2.B.7.e.1 and interfaced with existing audio/video sources and controlled by the AMX control system. The existing DVD/VCR/Tuner unit will be incorporated into the system. This unit shall be controlled via the AMX control system. i. Conference Room RGB Video - There shall be a total of 4 RGB/Audio source locations made available for display. One shall be located at the Moderator desk, two shall be located at the conference table, and one shall be made available for future use. An Extron RGBHV/Audio 8x4 Computer/audio Switcher shall be installed in the system to provide the ability to project multiple sources including video (camera output, VCR/.DVD, etc), computer, RGB and other available video sources via the new Mitsubishi XL5900U projector. All audio sources shall follow the parent video source. These units shall interface with and be controlled by the AMX control system. j. Data Projection – The existing Ceiling mounted Data Projector shall be replaced by a new Mitsubishi XL5900U projector. The new projector shall be optimized for brightness, contrast, keystone, skew, size, etc. in order to provide the best possible image projection. A new DaLite54” high by 68” wide tensioned projection screen, provided by the contractor shall be installed in the ceiling by the General Services Administration. Both the projector and the Screen unit shall interface with and be controlled by the AMX control system. The projector shall be configured to blank the screen after a period of inactivity to be defined by the COR, and awakened from the blank state by the either RGB or NTSC signal activity. The projector mounting location shall be provided no later than 60 days prior to the start of the equipment installation in order to provide GSA with the sufficient time install both the mount and the projector support infrastructure. k. Program Audio - The program audio from the Computer, DVD/VCR, TV Tuner and Video Conference sources shall be routed to the ceiling speakers via the RAV-900 referenced above. The program audio shall interface with and be controlled by the RAV-900 via the AMX control panel. l. DVD/VCR Players/recorders – The existing Hitachi FX685 VCR and Hitachi DV-P415 shall be mounted in a Middle Atlantic rack or the existing Monitor cabinet, and shall be mounted in such a way that it is accessible for use, while preventing unauthorized access to the rest of the equipment mounted in the rack. The recorder shall be configured to record/playback program and VTC video and audio via the VCR. Recording shall be password protected to prevent unauthorized recording. This VCR/DVD player/recorder shall interface with and be controlled by the AMX control system. m. Motorized Projection Screen – A new DaLite 50” high by 67” wide tensioned projection screen shall be installed in the ceiling by the General Services Administration. Both the projector and the Screen unit shall interface with and be controlled by the AMX control system. The Projection screen shall be delivered no later than 60 days prior to the start of the equipment installation in order to provide GSA with the sufficient time install both the screen and the support infrastructure. n. AMX Control System – An AMX NI-4100 Network control system including all hardware and software necessary, including card frames, controller cards, interfaces, power supplies, etc. to complete a fully functional control system complying with the requirements below and elsewhere in this document shall be installed and configured as follows: 1. Touch Panels: a. Two Modero Table Top 10 inch touch screens shall be installed and hard wired including both power and control cabling, to the head end of the conference table, and at the Moderator desk at a location defined by the COR. The cabling to these panels shall be of sufficient length to allow their use at any seat located at or adjacent to the head end of the table or Moderator’s desk respectively. b. Preview – The AMX shall be programmed to incorporate a live video display on each touch panel to display the selected video source. All sources shall be selectable/viewable on the display. The screen shall be programmed to allow the user to easily select source and destination. Each connected source input shall have the option to be output to Main projector screen, Video conference out, or VCR. c. Each touch panel shall display the same interface to minimize confusion of the user. 2.Interface/controller cards – controller cards shall be installed and configured as necessary to the control requirements set forth in sections B.2.7. 3. Programming – The AMX system shall be programmed with functionality and ease of use as a priority. The system will be utilized by a variety of users requiring that the programming interface be intuitive and easy to use, requiring minimal training, if any. The control system shall, at a minimum, control the following functions: -Screen Up/Down -Projector On/Off -VCR Player Control -VCR/DVD Record Control -RGBHV/VGA Source Select and Destination Control -Video Source Select and Destination Control -Camera Controls -Codec Control -Audio Conferencing Dial Up, Connect, Disconnect, Mute, and Volume Control -Program Audio Level Control -TV Tuner Control Programming shall be such that an initial screen for start up is available to all users. When selected, the system shall go through a start up process which powers up all equipment to an “on” status and a ready state. During this start up time, the users shall not be able to make any inputs via the touch panel. A similar screen shall be displayed during the shut down process. The shut down screen shall prevent the system from being re-started until all devices have had time to reset and are again available for start up. a. The program design for the touch panel control interface shall be coordinated with and approved by the COR during the design phase, and shall include either conceptual drawings or screen shots for approval prior to final design. The final design of the user interface shall be reviewed and approved by the COR prior to installation. b. The vendor shall provide two copies of usable source code for future use by the government. The source code shall not be password protected nor considered the intellectual property of the vendor. The code shall be considered the property of the U.S. Government and shall be provided in both non compiled and compiled formats. Prospective bidders failing to agree with this requirement will be removed from consideration. o. Cabling – Whenever possible, the existing cabling shall be reutilized. All new and existing cabling shall be labeled at both terminations/ends to ensure the identification of the cable for future maintenance, upgrades and/or repair. All cable installed shall meet the appropriate guidelines and requirements set forth in the current applicable National Electrical, and other applicable codes. p. Training – The contractor shall provide systems training for up to six individuals after the testing phase of the installation. Training shall include system startup and shut down, basic and advanced operation of all related systems and basic troubleshooting including trouble reporting procedures. q. Testing – The contractor shall provide a complete and comprehensive test plan at the completion of the installation and prior to training. The test plan shall include the testing of all equipment to ensure that the Audio Visual (A/V) System and all related equipment, including Audio, Video Conferencing, Audio Conferencing, Projection, Controller, interface, and any other equipment provided by the contractor, or otherwise covered under the scope of the statement of work (SOW) are in an “Operational Status” at the completion of the installation. For the purpose of the contract, “Operational Status” is defined as: All covered equipment being on-line and operating in an error free, normal condition or state. The contractor shall provide a demonstration to the COR to confirm the proper functioning thereof. The contractor shall Perform systems diagnostic testing and maintenance at the completion of the installation or when notified by the COR or other authorized individual granted authority by the COR. If the problem/error cannot be cleared remotely, and the Contractor deems the problem/error to be critical enough to cause a system or partial system failure, they will send a technician on-site to clear the problem and return the equipment to operational status. r. Remedial/Repair Work - The Government will initiate a service call for repair, advising the Contractor what is believed to be the problem, if known. Should the repair be found to be a minor repair, and if parts/supplies are available, contractor shall have a maximum 48 hours turn-round time to complete the repair. Repair time shall not include weekends or Holidays unless prior approval is obtained from the COR. s. Warranty Repair Response Time - Contractor shall respond by telephone to service calls to the COR or other point of contact authorized by the COR, for repair service within 4 hours of receipt of telephonic notification. Response time shall not include government holidays unless prior approval is obtained from the COR. After responding to a service call for repair, if the contractor determines the repair is a major repair, Contractor shall submit a cost breakdown and estimated time frame for repair, to COR for determination of feasibility of repair on that particular price of equipment. t. Acceptance/Correction/Warranty of Work - All work performed under this contract shall be subject to the acceptance of the CO, and if performance is found to be unsatisfactory and not in accordance with the requirements of this contract, the Contractor shall begin correcting unsatisfactory work not later than the first three (3) hours of the following regularly scheduled Government workdays and shall be completed within 48 hours, excluding time required to obtain parts. The COR will inform the CO in writing if correction is not acceptable, to initiate further action if needed. The Contractor shall guarantee that under normal use, the repair work performed will be free from defects for 90 days from the completion of the work and that the Contractor shall perform the work to correct any defect at no charge to the Government. u. Safety Inspection - Safety Inspection shall be performed on all electronic equipment. The Contractor shall be required to physically inspect power, LAN and interface cables during a scheduled PM and replace said cabling if deemed necessary. v. Clean Up of Premises - Upon completion of service, Contractor is required to clean up workspace removed and dispose of any parts or debris caused by service performed. B.2.8 Transportation of components The Contractor shall provide qualified personnel and appropriate conveyance necessary to load, unload and transport all components, should it become necessary to repair equipment off-site. Contractor shall sign DA Form 2407, Maintenance Request, acknowledging receipt of Government equipment for repair off-site. Upon receipt of equipment to the Government, the Contractor shall receive a copy of DA Form 2407 showing delivery of the equipment to the Government. B.2.9 Repair Work Required Labor Hours, Parts, Upgrades and other Materials required to repair equipment and keep the DES Conference room operational. Parts and Materials used by the Contractor in performance of this contract shall be new and conform to the original equipment manufacturer’s or re-manufacturer’s specifications unless previously approved by the COR. Rebuilt assemblies may be used with prior approval of the COR when it is a standard industry practice and the rebuilt assembly or subassembly carries the same manufacturer’s or re-manufacturer’s warranty as a new assembly or subassembly. Any part removed is Government property and shall be returned upon request of the COR unless the replacement part is predicated upon an exchange basis with the part being replaced. Contractor shall provide all repair parts and supplies necessary for preventive maintenance and repair of requirement and will be reimbursed by the Government for actual cost, to include any material-handling fee. Labor Hours are to use the categories listed in Lines 0039 thru 0042. If Additional Labor Categories are required please list in your quote. B.2.10 Service Request a. Authorization of Work Performed: A service request shall be furnished to the COR/CORs (for authorized work performed and time expended) upon completion of each service call. The service request will include, as a minimum: a. Date/time of service request b. Date/time of response (sign-in) c. Date/time of service completed d. Equipment, model number, serial number of the malfunctioning equipment e. Name of Government personnel requesting service f. Description of equipment or software malfunction g. Repair affected h. Equipment nomenclature, model number and serial number of replacement parts, if applicable i. Cost of provided service j. Name of servicing personnel B.2.11 Applicable Technical Orders, Specifications, Regulations and Manuals: Environmental Protection. In order to prevent and to provide for abatement and control of any environmental pollution arising from the services of the Contractor in performance of this contractor, the Contractor shall comply with all applicable Federal, State and Local laws and regulations concerning environmental pollution control and abatement in effect on the date of this contract. SECTION C CLAUSES/PROVISIONS C.0 CLAUSES INCORPORATED BY REFERENCE FAR 52.252-2 (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.dla.mil/j-3/I-336/icps.htm, http://farsite.hill.af.mil/, http:/www.arnet.gov/far/ or DRMS Local Clauses http://www.drms.dla.mi1/drmsp/claueses/drmscls.pdf. C.1 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (INCLUDED BY REFERENCE) FAR 52.212-4 (FEB 2007) (Note: Contract Electronic Funds transfer Customer Service at 1-800-342-0375 for the ACH Vendor Miscellaneous Payment Enrollment Form (SF 3881) and/or for information). C.2 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS FAR 52.212-5 (Sep 2008) The following clauses under paragraph (b) apply: (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (18) 52.222-21, Prohibition of Segregated Facilities (19) 52.222-26, Equal Opportunity (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (22) 52.222-37, Employment Reports on Specials Disabled Veterans, Veterans of the Vietnam Era~ and Other Eligible Veterans (38U.S.C.4212)., (24) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (36) 52.232-33, Payment by Electronic Funds Transfer-Center Contractor Registration (31 U.S.C. 3332). (39) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). C.3 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS DFAR 252.212-7001 (Sep 2008) The following clauses apply: FAR 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). DFAR (1) 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (2) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (17) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) (10 U.S.C. 2227). (19) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410). C.4 FACSIMILE BID FAR 52.214-31 (Dec 1989) (a) Request for Quote (RFQ) bids are authorized. (b) Submittal of an original proposal by facsimile is acceptable. The DRMS-POB facsimile receiving data is as follows: (1) Datafax number:269-961-4474 (2) Equipment Make and Model: IMAGISTICS FX2100 C.7 INVOICE AND PAYMENT - SERVICES The Contractor shall be paid upon submission ofa proper invoice for service performed and accepted. After invoice is certified by DLIS, forward invoice to DES-WRF ATTN: Marlene Leeper, HDI Federal Center, 74 North Washington Ave.; Battle Creek, MI 49037 or fax to Marlene Leeper at (616) 961-4237. DRMS-WRF will fax invoice to DFAS for payment. C.8A PROMPT PAYMENT FAR 52.232-25 (Oct 2003) C.9 DISPUTES FAR 52.233-1 (JUL 2002) C.10 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION DRMS 52.233-9R02 (Apr 2000) If you wish to opt out of this clause check here [ ] C.11 SITE VISIT FAR 52.237-1 (APR 1984) C.12 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION FAR 52.237-2 (APR 1984) C.14 WARRANTY OF SERVICES FAR 52.246-20 (MAY 2001) C.15 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS 52.212-1 (Jun 2008) C.17 ALTERNATE PROTEST PROCEDURE DRMS 52.233-9r01 (Jan 1997) Fill in is: DRMS-WC C.18 ADMINISTRATIVE COSTS OF REPROCUREMENT AFTER DEFAULT DLAD 52.249-9000 (MAY 1988) If this contract is terminated in whole or in part for default pursuant to the clause included herein entitled “Default,” and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, as provided in paragraph (b) of the “Default” clause of the contract, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of $500 as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for default following which the Government repurchases the terminated supplies or services, regardless of whether any other damages are incurred and/or assessed. SECTION D DOCUMENTS, EXHIBITS, ATTACHMENTS D.1. LIST OF DOCUMENTS AND OTHER ATTACHMENTS DRMS 52.204-ROl (Jan 2000) SECTION E PROVISIONS E.1 OFFEROR RESPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS FAR 52.212-3 (Jun 2008) http://www.drms.dla.mil/special/fillins/52212-3-401.doc Certification must be filled out. E.2 SUBMISSION OF ACKNOWLEDGMENT OF RFQ AMENDMENTS AND OR FINAL PROPOSAL REVISIONS (RFQs) BY FACSIMILE DRMS 52.215-r09 (Dec 2000) (a) Offerors may acknowledge the receipt of solicitation amendments by facsimile. Acknowledge of solicitation amendments must contain the required signatures. (b) Offerors may submit RFQs by facsimile. RFQs must arrive at the place and time specified in the RFQ, and must contain the required signatures. (c) Offerors are required to promptly submit the original of any signed document. (d) The Government will not be responsible for any failure attributable to the transmission of facsimile documents. The Government will notify the offeror of any illegible facsimile copies received. The DRMS-POB facsimile receiving data is as follows: (1) Datafax number: (269) 961-4474 (2) Equipment Make and Model: Imagistics FX2100 (e) Submission of an initial quote by facsimile is acceptable. E3. REQUIRED CENTRAL CONTRACTOR REGISTRATION FAR 252.204-7004 (Apr 2008) AWARD WILL BE MADE ONLY TO FIRMS THAT ARE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE. TO REGISTER IN THE CCR GO INTO http://www.ccr.gov or by calling 1-888-227-2423. SECTION F PROPOSAL AND CONTRACT AWARD INFORMATION F.1 AWARD The Government will make award to the responsible offeror whose quote conforms to the RFQ and submits the lowest total offer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c826f5792d95de4df64b13ac2f046dbe&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: excel spreadsheet that contains the Bid Schedule (DESConfrev1.xls)
Link: https://www.fbo.gov//utils/view?id=fddae0cf7d3d9bb37267c1560733808b
Bytes: 23.50 Kb
 
File Name: Cover page for RFQ (sf1449RFQ08Q1062rev1.pdf)
Link: https://www.fbo.gov//utils/view?id=d13134995338c1b760a08cd5c237b3f2
Bytes: 1,089.81 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: HDI Federal Center, 74 N. Washington Ave., Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN01679607-W 20080925/080923221720-c826f5792d95de4df64b13ac2f046dbe (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.