Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

58 -- Deployable, Small Audio Visual System

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0368
 
Response Due
9/7/2009
 
Archive Date
11/6/2009
 
Point of Contact
Hannah Montoya, 719-526-4479
 
E-Mail Address
ACA, Fort Carson
(hannah.montoya@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Quotes shall reference solicitation number W911RZ-09-T-0368. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Fort Carson intends to award a Firm-Fixed-Price Contract for a deployable audio visual system. The North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750 employees. This requirement is set aside 100% for Small Businesses. In accordance with FAR 19.102(f) and the Non-Manufacturer Rule, a business is only considered to be small when it meets the size standard of the NAICS code and also supplies items manufactured by itself or another small business performing in the U.S. The Contractor shall propose the following Contract Line Item Number (CLIN): CLIN 0001 DHS Technologies DC2E Deployable, Small Audio-Visual System or equal QTY: 1 EA Minimum Specifications: * Shall have the ability to control interface using a touch panel control or a secure internet connection * Touch panels shall have the ability to view and cue video to be displayed on a projection screen * Uses a RGBHV distribution system or other long distance distribution system that produces minimal signal degredation * All inputs and outputs shall at a minimum be compatible with a RGBHV distribution system * TCP/IP shall be controllable from any PC running IE * Image processor shall have a minimum of four windows * Video Inputs: shall accept resolution of 1600 X 1200 and have the ability to view DVD/SAT TV or Camera/UAV * Audio Inputs: shall have the ability to listen and play DVD/SAT TV audio * Video Outputs: shall support 1024 X 768, 1280 X 1024, 1400 X 1050 resolutions * Audio Outputs: shall have a single output dedicated for a speaker and mic stations shall have the ability to be daisy chained * Shall include a local conference microphone system that can support no less than 40 stations and includes 1 chairman station * Shall include two AC powered speakers with integrated 20 Watt amplifier * Amplifier shall have the ability to be daisy chained * Shall have built-in audio teleconferencing capabilities * System shall include a carrying case for main components and accessory components or a single case that can hold all types of components and include a type of organizer to seperate and store accessory components * Carrying case(s) shall be weather resistant and molded * Shall include all system manuals, documentation and installation guides Minimum Output and Input Quantities: Input Type Quantity Composite Video Inputs 2 Computer Video Inputs 9 Mic Level Audio Inputs 3 Line Level Audio Inputs 4 Conference Stations 7 Line Level Audio Outputs 4 Computer Video Outputs 7 Minimum System Components: Component Type Quantity Main Control System/Unit 1 Image Processor 2 Quad Channel Video Scaler 1 Audio Matrix/Mixer 1 Matrix Switcher 1 Speakers 2 Cables Req to operate system Panel Interface 1 CAT5 TX/RX Units 12 **If the contractor proposes a deployable audio visual system other than the specific brand and model requested, the contractor shall provide detailed specifications of the deployable audio visual system offered with the quote. CLIN 0002 Shipping QTY: 1 EA Location: Central Receiving Point, Wickersham & Chiles - Bldg. 330 Fort Carson, CO 80913 FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 Brand Name or Equal, 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alt I (Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation is the lowest price. The item offered must meet the minimum specifications listed in the CLIN description. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Hannah Montoya, Contract Specialist, and e-mailed to hannah.montoya@us.army.mil. All questions or inquires must be submitted in writing no later than 12:00 p.m. Mountain Time on 1 September 2009. No phone calls will be accepted. Any modifications to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 5:00 p.m. Mountain Time on 7 September 2009. Quotes may be faxed to (719) 526-5333 attn: Hannah Montoya, or e-mailed to hannah.montoya@us.army.mil. An official authorized to bind your company must sign the quote. All quotes shall reference and acknowledge all modifications posted to this solicitation, if applicable. If the contractor is quoting a deployable AV system other than the brand name and model requested, the contractor shall provide the manufacturers name, model number and detailed specifications of the system in their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ-09-T-0368/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01931561-W 20090830/090829002926-8ab479cb277434794a0b85f5eb7180d9 (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.