Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1999 PSA#2293

375 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