Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

70 -- Moitors, Cables, and added Hardware

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0330
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0330. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS DPN 20110629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334119 and the Small Business Standard is 1,000 employees. This is an unrestricted, competitive action. Required are displays for live monitor, recording, and debrief capabilities from multiple data sources. These include but are not limited to: JDS, RADS, ICADS, and VEGA. The Government requests responses from qualified sources capable of providing the following: ITEM 0001 60 Monitor Quantity 4 EA Minimum Specifications: 1.LCD-LED Technology. 2.The viewing screen should measure 60 diagonally. 3.Minimum of one HDMI input. 4.Comply with 1080p resolution with a vertical resolution of 1080 and a horizontal resolution of 1920. 5.Minimum refresh rate of 120 Hz. 6.Aspect ratio of 16:9. 7.Minimum of 5,000,000:1 contrast ratio. 8.At least one USB input. 9.Have at least one PC input. 10.Have at least one component input. 11.Have at least one composite input. 12.Shouldn t have Wi-Fi capabilities. 13.Be VESA mountable 14.Weight should not exceed 85 lbs. 15.Operate in 120 VAC. 16.Energy Star rated. 17.Black finished frame is desired but not required. ITEM 0002 21.5 Monitor Quantity 34 EA Minimum Specifications: 1.LCD-LED Technology. 2.Viewing screen should measure 21.5 diagonally. 3.Have a minimum of one HDMI input. 4.Comply with 1080p resolution with a vertical resolution of 1080 and a horizontal resolution of 1920. 5.Have a minimum of 5,000,000:1 contrast ratio. 6.Have viewing angles of 155 degrees or better for vertical and 165 degrees or better for horizontal. 7.Have a response time of 5 ms or faster. 8.Minimum of one VGA input. 9.Shouldn t have Wi-Fi capabilities. 10.Be VESA mountable 11.Its weight should not exceed 12 lbs. 12.Operate in 120 VAC. 13.Black finished frame is desired but not required. ITEM 0003 2 ft. HDMI Cable Quantity 12 EA Specification: 24 gauge with net jacket ITEM 0004 6 ft. HDMI Cable Quantity 22 EA Specifications: 24 gauge with net jacket ITEM 0005 8 ft. HDMI Cable Quantity 14 EA Specifications: 24 gauge with net jacket ITEM 0006 10 ft. HDMI Cable Quantity 9 EA Specifications: 24 gauge with net jacket ITEM 0007 15 ft. HDMI Cable Quantity 10 EA Specifications: 24 gauge with net jacket ITEM 0008 10 ft. HDMI/ DVI Cable Quantity 12 EA Specifications: 24 gauge with net jacket ITEM 0009 15 ft. HDMI/ DVI Cable Quantity 10 EA Specifications: 24 gauge with net jacket ITEM 0010 15 ft. VGA Cable Quantity 6 EA ITEM 0011 Tilt TV Mounts Quantity 4 EA ITEM 0012 Tilt Monitor Mounts Quantity 34 EA Specifications: No articulating arms, allow min 30 degree tilt and 50 degree swivel, VESA 75 & 100 compliant, scissor-hinge or other mechanism to allow around 2.5 of adjustment of distance from wall, black in color, and made of steel. ITEM 0013 TV Recessed Power Box Quantity 5 EA Specifications: 2 gang (1 outlet + 1 gang for cables), top and bottom piece, male power outlet on bottom. ITEM 0014 HDMI Matrix Switch 4x4 Quantity 8 EA Specifications: To include RS232 port and must be a full matrix ITEM 0015 HDMI 1x2 Splitter Quantity 9 EA ITEM 0016 Cat5 to HDMI Quantity 3 EA Specifications: box units only (no wall mount units), only need power on output box, not input. The manufacturer s standard warranty shall be applied towards all items procured. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following FAR 52.212-2, Evaluation: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest overall price and other factors considered. Award will be made upon price reasonableness determination, contractor determination of responsibility within the meaning of FAR Part 9, and acceptance to the provisions set forth herein. To be considered, quotes must be received by 5:00 PM PST on 20 July 2011. Quotes can be sent to the Contract Specialist, Michael Oliva via email michael.a.oliva@navy.mil or fax 562-626-7877 All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor s CAGE code and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0330/listing.html)
 
Record
SN02490879-W 20110708/110706235115-2e9e81ad361496492f311f53d2a8e0cc (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.