MODIFICATION
70 -- Audio Visual System
- Notice Date
- 9/18/2017
- Notice Type
- Modification/Amendment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Idaho, 3489 West Harvard Street, Boise, Idaho, 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W92J7-17-T-0026
- Archive Date
- 10/7/2017
- Point of Contact
- Patrick T. Burry, Phone: 2082724542, Thomas R. Guyer, Phone: 2082724600
- E-Mail Address
-
patrick.t.burry.civ@mail.mil, thomas.r.guyer.civ@mail.mil
(patrick.t.burry.civ@mail.mil, thomas.r.guyer.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Objectives/Purpose: The Regional Training Institute is requesting contracted classroom upgrades for both upper and lower classrooms in BLDG 810. The salient characteristics would require the touchlink controls via an iOS devices that is version 7.0 or later. It would also require the use of Extron specific devices to match existing hardware for cross compatibility with existing Extron ALM 2015 equipment. Provide and install in each classroom: 1 Mondopad input, 1 Microsoft SharePoint input, 1 Apple TV input, 1 Smart Podium input, 1 Guest laptop input 1 Blu-ray input plus future inputs. Outputs will be 2 55" displays and 1 existing video projector. Switching will allow any source to any display audio will follow the projector source. Control will be through an iPad. Reuse existing video projector, screen and speakers. Lighting system to be upgraded to a Watt Stopper to allow lighting control from iPad. Rack to be mounted below projection screen. Include 1 Smart Podium touch panel. Provisions and clauses: FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Of that the following provisions and clauses apply to this acquisition: 52.204-7 System for Award Management; FAR 52.209-6 Personal Identity Verification of Contractor Personnel; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Set-aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Texting While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; Evaluation Factors: 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: (i) technical ability to meet the requirement; (ii) price; (iii) demonstrated past performance; (iv) Technical, delivery, and past performance, when combined, are as important as price. SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Solicitation W92J7-17-T-0026, signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions. All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. SITE SURVEY PARTICIPANT NAMES DUE BY: Any potential offeror who wishes to attend the scheduled site visit must submit the names of those attendees by 20 Sep 2017 at 9:00 am Mountain time to patrick.t.burry.civ@mail.mil. SITE SURVEY DATE, TIME, AND LOCATION: The site survey will be on Gowen Field, 5050 S. Junker St. Boise ID, 83705-8150 20 Sept 2017 at 10:00 A.M. Only attendees whose names were submitted by the required time will be permitted to participate in the site visit. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent by 21 Sept. 2017 at 12:00 Noon Mountain Time. OFFER DUE DATE AND TIME: 22 September 2017, by 3:00 PM Mountain Time. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). Attachments: See Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W92J7-17-T-0026/listing.html)
- Place of Performance
- Address: RTI Building 810, 5050 S. Junker Street, Boise, Idaho, 83705, United States
- Zip Code: 83705
- Zip Code: 83705
- Record
- SN04682325-W 20170920/170918231718-8cbb06d30b00aa884a516984023b6104 (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 |