Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

70 -- Requirement for Audio Visual systems for training rooms at Idaho Army National Guard Readiness Centers.

Notice Date
9/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J7-15-T-0011
 
Response Due
9/17/2015
 
Archive Date
10/31/2015
 
Point of Contact
Jeffrey DeHaven, 2082724602
 
E-Mail Address
USPFO for Idaho
(jeffrey.j.dehaven.mil@mail.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. This solicitation # W912J7-15-T-0011 is issued as a Request for Quotation (RFQ). This synopsis/solicitation is issued for commercial items in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective December 26, 2013. The NAICS code is 334310 with a size standard of 750. This is a total small business set aside. Description of Requirement: This is a requirement for training room automation at four Idaho Army National Guard armories. Contractor will install appropriate equipment to standardize functionality of conferencing/training rooms across the organization. The rooms will provide self-contained presentation capabilities with an integrated room controller, wall mounted displays, wireless presentation options, wireless microphones, and built in speakers. The rooms will also provide a high definition video teleconference capability to external destinations. The location of the rooms that this will be installed in are Caldwell, Twin Falls, Lewiston, and Pocatello. Additional instructions/details: 1.Install CAT6 cabling from communications closet to the designated classroom. 2.Install appropriate power behind displays to present a clean installation. 3.Rack space will be provided in the nearest communications room with switching capability. 4.Install APC PDU in the rack for required gear 5.Mount or place on shelf all necessary gear in the rack space required. 6.Mount displays on the wall at the appropriate height. (56 quote mark from the floor and/or a minimum of 4 quote mark from the ceiling. Install backer board if necessary.) 7.Install microphone array and speakers in ceiling. If it is impossible to install in ceiling due to ceiling composition, speaker may be installed in the upper 25% of the walls spaced appropriately for the acoustics of the room. If that is not feasible, a sound bar may be substituted if it provides enough volume for the space. If microphones do not fit in ceiling, wireless microphones should be provided so that they can be placed as necessary during a video conference or teleconference call. Solutions provided by the contractor will be entertained. 8.Install a hardwire input that will accept HDMI and VGA connections at a location in the room to be determined during install. Provide 50' HDMI and 50' VGA cables for the room. 9.Mounting location for Crestron controller 10.Surface mount for iPad mini with charging cradle 11.Crestron app installed on iPad mini so that controllers between rooms are mirrored 12.Crestron should control power, inputs, outputs, video conference dialing, far end presentation, far end camera controls, displays, and volume. 13.Wireless display in the room should be provided by two Crestron AirMedia Gateways. 14.Should include two (2) 75 quote mark High Definition 1080p LED televisions. 15.Contractor will provide compatible media management systems, cabling, mounting, and hardware 16.Electrical work will be completed by contractor. All components will need to be provided by the contractor except the Cisco SC-20 codec and camera units which will be provided by the government. CLIN structure will be four CLINs with an attached CLIN description. Quantity will be one Each for each armory with a separate CLIN per location. CLIN 0001 : 1-148 Headquarters, 10714 Fairgrounds Rd., Pocatello, ID 83202-1747 CLIN 0002 : 145th BSB Headquarters, 2707 16th Ave., Lewiston, ID 83501-3500 CLIN 0003 : 116th BSTB Headquarters, 1069 Frontier Rd., Twin Falls, ID 83301-3371 CLIN 0004 : 2-116th Headquarters, 1200 S Kimball Ave., Caldwell, ID 83605-4625 Quotation Submission: Quotations will be submitted electronically via email to jeffrey.j.dehaven.mil@mail.mil and jerry.m.deweerd.civ@mail.mil. All questions will be submitted to jeffrey.j.dehaven.mil@mail.mil and jerry.m.deweerd.civ@mail.mil. The solicitation will close 23 September 2015 at 11:59 PM MT. Quotations must include a complete estimate of total price to complete the requirement as outlined in this requirement. Contractor is also required to submit individual pricing for each of the individual CLINs listed above. There will not be any allowance for revision of quotations after the solicitation close date therefore submission of the Contractor best possible pricing is encouraged. A site visit of the Caldwell Readiness Center is scheduled for 9 September 2015 and interested parties should contact CPT Jeffrey DeHaven at 208-272-4602 or jeffrey.j.dehaven.mil@mail.mil. Drawings and plans for the training rooms not being visited will be provided to prospective vendors at the site visit. Following the site visit, a question period will be available for 6 days. Quotes will be due on 17 September 2015. Evaluation: The resultant offer by the government will be a Firm-Fixed-Price (FFP) Purchase Order awarded using FAR part 13 procedures. The evaluation procedure located at FAR 13.106-2(b)(4)(i) is being utilized for this acquisition. Evaluation is based on the lowest evaluated priced offer with an acceptable past performance record. Lowest evaluated price will be determined by the Contractor submitting a complete quotation to include total pricing for the requirement as defined by this solicitation. The Contractor is also required to submit pricing for each individual CLIN listed below on a per unit basis. The technical ability to meet the stated requirement of the items will be evaluated and the offer that can meet or exceed the technical requirement will be considered for award. Provisions and Clauses: The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and there are no addenda to this provision. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause. The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition. The following are the included additional clauses for this action; 52.204-7 Central Contractor Registration 52.211-6 Brand name or equal 52.212-2 Evalutation-Commercial items 52.212-3 ALT I Offeror Representations and Certifications-Commercial Items 52.219-4 Notice of Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2) 252.203-7005 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-15-T-0011/listing.html)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
Zip Code: 83705-6512
 
Record
SN03865704-W 20150903/150901235650-b867b7d05c208515814cf972237b99b1 (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.