|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1999 PSA#2293375 CONS/LGCK, 201 East Winter St, Scott AFB, IL 62225-5015 D -- INFORMATION TECHNOLOGY SERVICE, INCLUDING TELECOMMUNICATIONS
SERVICES SOL F11623-99-T-0437 DUE 031599 POC Yolanda Bent, 618-256-9252
This is combined synopsis/solicitation for commercial items prepared in
accordance with format in FAR Subpart 12.6 as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation and a written solicitation will not
be issued. (ii) The solicitation number F11623-99-T-0437 is being
issued as Request for Quotation (RFQ). (iii) Provisions and clauses are
those in effect through Federal Acquisition Circular 97-03. (iv) This
solicitation is reserved as a small business set-aside and the
associated standard industrial classification code is 3663 and the
small business size standard is 750 employees. (v) Clin #1, Three
ceiling mounted projectors (with mounts) capable of displaying a
(minimum) 3-foot tall computer image at a minimum resolution of 800 X
600 on a rear projection screen with a total projection room depth of
10 feet. (Sony VPL-S800U or equal with short-focal lenght lenses) The
projectors will be oriented such that the center projector will display
in image in the center 50% of the screen and the other two will project
images on the left and right sides of the screen. Rear projection
screen, 4-foot tall and 12 feet wide to be set in prepared wall.
(Draper Cineplex or equal) Vendor will supply rough opening dimensions
for construction in progress. Two 29" computer display monitors with
ceiling mounts (mounts-Bretford or equal) (27" acceptable if
necessary). S-VHS videocassette recorder with RS-232 and Infrared
remote control capability. DVD player with infra-red remote control
capability (option: RS- 232. Dual audio cassette deck with infra-red
remote control capability. Four ceiling mounted speakers: Speakers must
not be easily visible. Prefer speakers that have a face that can be
disquised as a ceiling panel (Sound Advance or equal). One audio
amplifier (crown or equal). One equalizer with feedback reducer (Shure
or equal). Seven table microphones for existing 4-footwide by 10-foot
ling confernce table. Wires will go under the table and under floor to
projection room in existing holes. Two wireless microphones (one
hand-held and the other lavaliere). Matrix mixer with echo canceling
(Gentner or equal). Telephone interface (Gentner telephone hybird or
equal). One 12 X 8 matrix switcher (Extron or equal). Three computer
interfaces with cables for two exiting computers in existing lectern
with access through floor to projection room (Extron or equal). Third
interface is for occasional laptop use. Equipment rack with power
supply. Remote control system with the following control devices (
Crestron or equal): a. two wired color touch panels b. Two keybroad
control modules c. Infrared control probes for other equipment listed
above d. Telephone interface e. Volume control module f. Computer frame
with cards g. Wireless RF mouse with Laser pointer h. One one-way
remote RF receiver. Clin #2, Cabling, connectors, and faceplates
necessary for installation. Installation. End-user Training. Remote
control system programming. System Engineering. (vi) Contractor to
furnish labor, equipment, materials, supplies and training. (vii) A
site visit will be conducted March 8, 1999 at 10:00AM. If you are going
to attend please inform POC. All work should be finished by May 14,
1999. (viii) The provision at FAR 52.212-1, Instructions to Offerors
Commercial, applies to this acquisition. Subparagraph (a) (7) is
changed to read: any resulting contract will be subject to FAR
52.232-33, Mandatory Information for Electronics Funds Transfer
Payment. (ix) The provision at 52.212-2, Evaluation Commercial Items,
applies to this acquisition. Paragraph (a) is supplemented to read:
lowest price, technically acceptable are the evaluation factors.
Submission of quotes should include technical information and
specification data. (x) Offerors must include a completed copy of the
provision at FAR 52.212-3. Offeror Representations and Certification
Commercial Items, with quote. Copy of provision may be requested by fax
(number listed above). Attn: Yolanda Bent. Quote will not be considered
without completed provision. (xi) The clause at FAR 52.212-4, Contract
Terms and Conditions Commercial Items, applies to this acquisition.
Paragraph (o) is supplemented to include the following: Contractor
shall provide the government with all standard commercial warranties.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders Commercial Items,
applies to this acquisition. The clause at the following subparagraphs
apply (b) (7), (b) (8), (c) (1) and (c) (5). The clause at DFARS
252.212-7000, Offeror Representations and Certification Commercial
Items, and DFARS 252.212-7001, Contract Terms and Conditions required
to implement Statues or Executive Orders applicable to Defense
Acquisitions of Commercial Items apply to this acquisition. DFAR
252.225-7001 applies. (xiv) The defense Priorities and Allocations
System (DPAS) does not apply to this acquisition. (xv) The Commerce
Business Daily numbered Note 1, 100% Small Business Set-aside.
Contractors are required to be registered on the Central Contractor
Registration (CCR). Application may be obtained by online at
http://ccr.edi.disa.mil. (xvi) Quotes are due on March 15, 1999 NLT
4:00 PM at the 375th CONS/LGCV, Scott AFB, IL 62225-5015. Quotes may be
faxed to 618-256-5237, Attn: Yolanda Bent. (xvii) Yolanda bent is the
point of contact for this solicitation, 618-256-9252. Posted 02/26/99
(W-SN302863). (0057) Loren Data Corp. http://www.ld.com (SYN# 0024 19990302\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|