Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2010 FBO #3042
SOLICITATION NOTICE

59 -- A/V equipment for the new WP chapel

Notice Date
3/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-10-RQ-0124
 
Response Due
3/26/2010
 
Archive Date
5/25/2010
 
Point of Contact
Wallace Larson
 
E-Mail Address
Contract Specialist
(wallace.larson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial itemsprepared 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. Solicitation Number 541-10-2-250-0071 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 334310; the business standard size is 750 employees. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. The Medical Media Department is a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. A site visit can be scheduled for this procurement. PRICING: Offeror shall provide pricing for the following: 1.)Premier 137 wall mounted projection screen LVC 1 each 2.)7000 lumen WUGA (1920x1200) DLP projector (no lens)1 each 3.)2.0-3.8 long throw lens1 each 4.)Shure PTT tabletop gooseneck microphone2 each 5.)Chief projector mount1 each 6.)Chief adjustable extension pole for projector1 each 7.)LG 65 WUGA LCD monitor1 each 8.)LG 42 1080P LCD monitor3 each 9.)Chief plasma ceiling mount1 each 10.)Chief LCD wall mount3 each 11.)Chief articulating wall mount1 each 12.)MediaShout 4.0 ministry presentation software1 each 13.)Panasonic Blu-ray DVD/VHS player1 each 14.)Contemporary res HDTV tuner w/ RS232 control1 each 15.)Contemporary res rack mount kit1 each 16.)Vaddio WallView 18CCU PTZ camera1 each 17.)Vaddio In-Wall Z700 recessed mount1 each 18.)Avocent LongView 1000 receiver/transmitter for PS2/USB1 each 19.)Avocent KVM switch1 each 20.)Avocent rack mount kit/desk mount1 each 21.)Extron CIA114 PC interface1 each 22.)Extron RGB 192V PC interface2 each 23.)Extron CP-1212HVA RGBHV matrix switch with audio1 each 24.)Extron DA4 RGBHV 1x4 DA 1 each 25.)Extron CVC-300 component video to RGBHV converter2 each 26.)RGB Spectrum DualView 2 with 2-RGB inputs1 each 27.)Analog Way Broadscan Scan Converter (1920x1080 in NTSC out)1 each 28.)Vaddio Production View Precision PTZ camera controller1 each 29.)NEC Multisync EA231WMi-BK 23 BK, LCD monitor 1920x1080 IPS, VGA/DVI-D3 each 30.)Chief 3-LCD monitor wall mount1 each 31.)Extron MTP T AV composite video and audio extender1 each 32.)Extron MTP U R RSA SEQ universal receiver1 each 33.)Marantz CD/MP3 player2 each 34.)Polycaom Vortex EF2280 Matrix Mixer/DSP2 each 35.)Extron ASA-304 audio summing device1 each 36.)Community line array 3-way speakers2 each 37.)Community line array, low frequency speakers2 each 38.)JBL ceiling recessed speakers 12 each 39.)Crown 2-Channel audio amplifier1 each 40.)Crown 2-Channel audio amplifier1 each 41.)Shure PTT tabletop microphone3 each 42.)Shure wireless micropone system w/ body pack and lapel mic2 each 43.)Shure handheld transmitter2 each 44.)Shure dual rack mount kit1 each 45.)Williams sound assisted listening system with 4 receivers antenna rack kit1 each 46.)Williams Sound 1 channel receiver with belt clip, No earphones, no batteries4 each 47.)Williams Sound neckloop 18 cord 3.5 millimeter plug4 each 48.)Williams Sound single ear bud4 each 49.)Williams Sound 3V 12 unit charger for R35 receivers1 each 50.)Williams Sound ear bud replacement pads-100 pack2 each 51.)Williams Sound ADA wall plaque2 each 52.)Wohler 1RU audio monitor1 each 53.)Crestron control system processor1 each 54.)Crestron crestnet distribution block1 each 55.)Crestron 75W power supply2 each 56.)Crestron dual port Ethernet interface card1 each 57.)Crestron 3 port RS-232 com card1 each 58.)Crestron RS0232 com box3 each 59.)Crestron crestnet converter box3 each 60.)Crestron rack mount kit CNXRMAK1 each 61.)Crestron rack mount kit ST-RMK1 each 62.)Crestron 5.7 wireless touch panel with wall docking station1 each 63.)Crestron post construction wall mount kit with trim ring1 each 64.)Crestron desktop docking station (lectern)1 each 65.)Crestron high powered RF gateway1 each 66.)Crestron backlight engravable bezel kit1 each 67.)Crestron 8 button keypad1 each 68.)AVIcontrol module with control processor and control switch1 each 69.)Middle Atlantic 44U equipment rack1 each 70.)Middle Atlantic caster base1 each 71.)Middle Atlantic vented front door1 each 72.)Middle Atlantic side panels for rack1 each 73.)Middle Atlantic rear rack rails1 each 74.)Middle Atlantic 24 outlet power strip1 each 75.)Furman power conditioner3 each 76.)Middle Atlantic 3U rack mount for OFE PC3 each 77.)Middle Atlantic lacing bars1 each 78.)Middle Atlantic custom rack mount kit1 each 79.)Middle Atlantic vent blockers3 each 80.)Middle Atlantic integrated fan top1 each 81.)Extron rack mount kit2 each 82.)Extron 12 VGA M-M cable with audio1 each 83.)Liberty wall I/O plates (XLR for band)2 each 84.)Liberty I/O plates for piano and organ mics2 each 85.)Winsted video console w/ 14RU equipment rack 29highx60widex30depth 86.)Chief ceiling adaptor plate for projector1 each 87.)Chief ceiling adaptor plate for LCD monitor1 each 88.)Chief adjustable extension pole for LCD monitor1 each 89.)All installation materials1 each 90.)Professional integration services including engineering, project management, CAD, on-site installation and wiring, coordination and supervision, testing on site, owner training for each room location, fabrication and modification, assembly, rack wiring, programming. Installation of equipment will involve minimal normal working hours, After hours, weekend/ or holiday hours may be necessary due to patient case load.1 each 91.)Customer support service includes a three year customer care program, full warranty coverage with two preventive maintenance visits per room per year, including 24/7 technical help desk phone support1 each PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performance when combined are significantly more important than price. The provision at VARR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRENTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The Government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteranowned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Wallace Larson, Contract Specialist by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 12 p.m. EDST Friday, March 26, 2010. Technical questions and Quotes must be sent by email to wallace.larson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA-250-10-RQ-0124/listing.html)
 
Place of Performance
Address: Cleveland VAMC;10701 East Blvd;Cleveland, OH
Zip Code: 44106
 
Record
SN02098682-W 20100324/100322234330-823ad2a0733e6bcfb15ae8a3c9bfd9a9 (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.