|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1997 PSA#1933AFFTC/PKAA Directorate of Contracting, 5 S. Wolfe Ave., Edwards AFB, CA
93524-1185 67 -- UPGRADE AND ADD TO EXISTING PROJECTION SYSTEM SOL
F04700-97-T-6468 DUE 093097 POC Lesley L. Ervan, Contract Specialist,
805-277-3900 x2248; John A. Adair, Contracting Officer, 805-277-3900,
x2230 WEB: On-line Acquisition Solicitation Information System,
http://afftc_pk.elan.af.mil/scripts/xindex.asp. E-MAIL: click e-mail
link to contact the POC, ervanl%pk@mhs.elan.af.mil. 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; proposals are being requested and a written
solicitation will not be issued. The solicitation number is
F04700-96-T-6468. This is a Request for Quotation. The solicitation
document and incorporated provisions and clauses are those in effect
through FAC 90-32 and DAC 91-1. This acquisition is 100% set aside for
small business. Standard industrial classification code: 3861. Small
Business Size Standard: 500. General: The USAF Test Pilot School at
Edwards AFB, CA is upgrading and adding capabilities to an existing
auditorium. The auditorium seats 114 people and is approximately 31
feet wide, 45 feet deep, and 12 feet high. A 7 feet high by 14 feet
wide rear-projection screen is mounted at the front of the auditorium
with a 11 feet deep projector room' behind the screen. The primary
upgrades will be to the rear-projection system and to the sound system.
Additional work is required to provide service for projectors already
installed in the Test Pilot School. 1. System Description: The
contractor shall deliver, install, and support all components including
installation materials for the following systems. a. Rear-Projection
System: 1) A NEC MultiSync MT810 LCD projector, selected to be
compatible with 3 pro- jectors already installed in building, and a
ceiling mount are required. 2) The projector is required to have a wide
angle lens or a mirrored system capable of displaying a minimum 100"
diagonal image when installed with the lens approximately 8' from the
screen. Currently, the wide angle lens is preferred as long as one will
be available to meet the installation date. Also, it is desired that as
much of a 7'H x 10'W screen area as possible be filled. 3)A quality
rear-projection, fresnel lenticular screen is required to replace the
existing screen. Although an identical size would facilitate
installation, the size need not be identical especially if viewing size
could be increased. The screen shall include at a minimum: 7'H x 10'W
viewing area, wide angle, 4.0 gain, 180 degree horizontal viewing cone,
10 degree half angle vertical cone, and a pitch of .33. 4) A video
switcher with 8 inputs, including RGBS and SVHS, is required to provide
input to the projector. b. Sound System: 1)A THX Certified/Dolby
Surround Sound system with 5 discrete audio channels, 5 surround
speakers, and 2 self-amplified subwoofers is required. 2) A wireless
microphone system with mic mixer, amplifier, and 4 ceiling tile
speakers is required. c. Equipment Rack(s): Professional audio/visual
vertical equipment rack(s) with lockable doors, power conditioning, and
a fan exhaust system are required to hold various components required
above as well as the following components that will be supplied by the
Test Pilot School: PC desktop computer and 15" monitor, 3 video
players, and up to 3 additional video player size components. d.
Service and Support: 1) The contractor shall provide delivery and
installation of all components, including installation materials, and
provide demonstration/training, including user manuals, for all
components/systems procured through this contract. In addition, the
contractor shall provide integration service for components provided by
the Test Pilot School. 2) The contractor shall provide a 1 year service
agreement beyond that covered by manufacturer warranties for all
components and installation which shall include direct telephone access
to technicians during business hours for questions and troubleshooting,
onsite service within 48 hours, parts and labor, and 2 onsite visits
for preventive maintenance and system adjustments. 3) The contractor
shall also provide (as an estimate only) costs for a 1 year service
agreement beyond that covered by manufacturer warranties to cover the
services listed in line 2 for three NEC MT 810 LCD projectors
(purchased Aug 97) and two Barcographics 808 CRT projectors (purchased
Apr 97) which are already installed at the Test Pilot School. A
Site-visit will be conducted on 22 Sep 97 at 10:00 a.m. To arrange to
attend, contact the buyer. The simplified Acquisition Procedure (SAP)
will be used in awarding this contract by written quotation. Companies
making bids should submit a detailed proposal showing the equipment
required to meet the technical specifications. FAR provision 52.212-1,
Instructions to Offerors -- Commercial applies. Addendum: 52.211-7003,
Brand Name or Equal. Offerors must include a completed copies of FAR
provision 52.212-3, Offeror Representations and Certifications --
Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions --
Commercial Items, applies. FAR clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes Or Executive Orders --
Commercial Items, applies. Applicable FAR clauses cited in 52.212-5
are:52.222-26, Equal Opportunity; 52.225-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
special Disabled Veterans and Veterans of the Vietnam Era. Addendum:
52.232-33, Mandatory Information for Electronic Funds Transfer Payment.
DFAR clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes Applicable to Defense Acquisitions of Commercial
Items applies. Applicable DFAR clauses cited in 252.212-7001 are:
252.225-7001, Buy American Act and Balance of Payments Program,
252.225-7036, North American Free Trade Agreement Implementation Act.
The Defense Priorities and Allocations System (DPAS) rating is:
Unrated. Offers are due to AFFTC/PKAB, Attn.:Lesley Ervan, 5 South
Wolfe Ave., Edwards AFB CA 93524-1185, on 30 Sep 96. Fax responses to
(805)258-7809. Telephone request to be placed on the mailing list will
not be honored. (0259) Loren Data Corp. http://www.ld.com (SYN# 0267 19970918\67-0004.SOL)
67 - Photographic Equipment Index Page
|
|