Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,2000 PSA#2566

Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665

67 -- AUDIO-VISUAL PROJECTION SYSTEM SOL F44600-00-T0002 DUE 040300 POC Eddice Hazen, Purchasing Agent, Phone 757-764-4916, Fax 757-764-4927, Email eddice.hazen@langley.af.mil -- Patricia Ward, Purchasing Agent, Phone (757)764-4766, Fax (757)764-7447, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44600-00-T00 02&LocID=203. E-MAIL: Eddice Hazen, eddice.hazen@langley.af.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.eps.gov/. (ii) Solicitation F44600-00-T-0002 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-15 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20000113. It is the contractor_s responsibility to be familiar with applicable clauses and provisions. (iv) This acquisition will be 100% small business set-aside. The Standard Industrial Classification Code (SIC) is 5065 with a small business size standard of 100 employees. (v) The 1st Contracting Squadron has a requirement to purchase two complete Audio-Visual Projection Systems for installation at 34 Elm Street, Rooms 4A and 110, to include all equipment, wiring, cabling, terminations and programming to provide a complete turn-key installation/operation. (vi) Each system shall include the following commercial items, Brand Name or equal (NOTE: Offerors are to include within each CLIN whether or not they are quoting on an _or equal_ and, if so, provide the manufacturer_s name and part number of the item): CLIN 0001 Sanyo LCD Projectors, Model # PLC-EF10NA, 3000 ANSI Lumens, 1280 X 1024 DPI, quantity 3 each; CLIN 0002 Sanyo Wide Angle Lenses, Model # LNS-W02KS, quantity 3 each; CLIN 0003 Extron Splitters (Sun), Model # 6014901, quantity 2 each; CLIN 0004 Extron Splitters (DOS), Model # 6009602, quantity 2 each; CLIN 0005 Extron Cross Point, 16 inputs/16 outputs Splitter, Model # 1616HVA, quantity 1 each; CLIN 0006 AMX Color LCD Panel 5.5_, Model AXD-MCA, quantity 1 each; CLIN 0007 Elmo Document Camera with 4_ LCD Panel, Model # EV-6000AF, quantity 1 each; CLIN 0008 Soundolier Ceiling Speakers, Model # FA136T87, quantity 4 each; CLIN 0009 Soundolier Back Box/Grille, Model # FA-95-6, quantity 4 each; CLIN 0010 Audio Technica Ceiling Mics, Model # AT845R, quantity 2 each; CLIN 0011 Panasonic CCD Camera System 1, Model # WV-CP220, quantity 2 each; CLIN 0012 Lectern, custom-made construction, for mounting screens, touchpads, Mic, power, equipment, and lighting required for central consolidated system operation, suitable for purpose intended, color to match existing interior of room, no model #, quantity 1 each; CLIN 0013 All required custom made cables, wiring, harnesses, and adapters required to operate the entire system, quantity 1 lot; CLIN 0014 AMX Controller, Model # Axcent 3 Pro, quantity 1 each; CLIN 0015 Custom made Furniture required to store and operate the system, quantity 1 each; CLIN 0016 ADI Quad Splitter, Model # DPXP-4, quantity 1 each; CLIN 0017 Biamp Presentation Mixer, Model # SP522, quantity 1 each; CLIN 0018 Community 2Way Ceiling Speakers, Model # CPL23, quantity 2 each; CLIN 0019 Audio Technica Auto Mixer, Model # AT-MX341, quantity 1 each; CLIN 0020 Audio Technica Podium Mic, Model # AT857QML, quantity 1 each; CLIN 0021 TEAC Dual Cassette Deck, Model # PW790R, quantity 1 each; CLIN 0022 Crown Amplifier, Model # CE1000, quantity 1 each; CLIN 0023 MidAtlantic Equipment Rack, Custom Designed, quantity 1 each; CLIN 0024 Panasonic VCRs, Model # AG-2560, quantity 2 each; CLIN 0025 AMX Volume Control Cards, Model # AXC-VOL, quantity 2 each; CLIN 0026 Crown Amplifier, Model # CT210, quantity 1 each; CLIN 0027 NEC 15_ LCD Touch Screen Monitors, Model # LCD1525V, quantity 2 each; CLIN 0028 Secure Wireless Telex Microphone System with Receiver (RS-1), transmitter (LS-1), microphone (HS-1), quantity 1 each; CLIN 0029 AMX touchpad controller, ViewPoint Xpress System, quantity 1 each; CLIN 0030 Contractor shall furnish all labor, material and transportation required to deliver, set-up, install, program, terminate, and perform all operations necessary to provide two fully compatible and properly installed Audio-Visual Systems with complete turn-key solution/operation with 1-year complete warranty. Contractor shall submit with quote the following items: blueprints, schematics, diagrams, or drawings for the system layouts and components connectivity, the lectern and the custom furniture. CLIN 0031 Provide 3-year Extended Service Plan, to include preventive maintenance service, on two Audio-Visual Systems (in addition to the1-year warranty stated in CLIN 0030). The Extended Service Plan shall provide for contractor availability 5 days per week (Monday-Friday), 8 hours per day, with 8 hour maximum response time after initial notification from Government POC; all labor costs; no parts costs;loaner equipment, when available, during preventive maintenance and when major repairs are being accomplished. Loaner equipment shall be provided at no cost to the government. Quarterly preventive maintenance inspections shall include complete system diagnostics to include verification of RF signal levels, audio levels, optical budgets, and software operation. Quarterly inspections shall include hardware maintenance including cleaning of monitors, camera lenses, filters, and inspection of all field terminations. The Contractor shall not be responsible for damages to the equipment due to Government misuse, abuse, or accident, disaster, fire, flood, water, wind, lightning and power protection equipment. Contractor shall provide one full day (8 hours) of hands-on training on how to properly operate and trouble shoot the system. Training shall be conducted at 34 Elm Street in either Room 4A or 110 for a maximum of 10 individuals. (vii) Delivery: Date of delivery to include totally installed and completely operational A/V systems and training shall be by NLT 1 June 2000. Contractor shall state in offer their capability to meet the 1 June delivery requirement or express their ability to meet an earlier delivery date. Delivery will be quoted as FOB Destination to 34 Elm Street, Langley Air Force Base. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items (NOV 1999), is hereby incorporated by reference. Addendum to FAR 52.212-1 A site visit is scheduled for March 30, 2000 @ 9:00 AM, 34 Elm Street, Langley AFB, VA 23665. Coordination must be done with POC Mr. Al Foster, 757-764-5739, in advance of site visit to identify visitors by name. Pictured identification will be required upon arrival for site visit. Site for installation will be addressedduring the site visit and a question and answer session will be conducted at the end of the site visit. Offers must be itemized and individually priced according to CLIN numbers and include legible descriptive literature for _or equal_ items for evaluation purposes. (ix) Solicitation provision at FAR 52.212-2, Evaluation _ Commercial Items (JAN 1999), is hereby incorporated by reference. Evaluation _ Commercial Items (JAN 1999) (a) The Government will award a purchase order 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 capability of the items offered to meet the government requirement, (ii) delivery and (iii) price. The Government reserves the right to evaluate technical compliance/delivery capability and make a best value decision. This could result in award to other than the lowest priced offer. The areas of technical capability and delivery are of higher importance when compared to price. The technical evaluation will consist of reviewing and evaluating the _or equal_ literature for compliance with meeting or exceeding requirement specifications. If the offeror fails to provide the descriptive literature, blueprints or drawings, or statement that he/she can meet the delivery date, it may be grounds for disqualifying his/her offer. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000), and 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with his/her offer. A copy of the Certifications and Representatives can be found at the following website: http://www.arnet.gov. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999) is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (APR 1999) (Deviation) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.211-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.22 2-37, 52.225-13, 52.232-33, 52.233-3, 52.237-1, 52.237-2, 52.237-3, 52.245-4, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, 52.253-1. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (APR 1999) (Deviation), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.204-7001, 252.204-7003, 252.204-7004, 252.225-7001, 252.246-7000, 252.247-7023 and, 252.247-7024. (xiv) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. (xv) There are no applicable Commerce Business Daily numbered notes. (xvi) This announcement will close and quotes are due by 2:00 PM (EDT) 3 April 2000. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCV, Attn: Eddice Hazen, 74 Nealy Avenue, Suite 100, Langley AFB, VA 23665-2088. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail or facsimile. (xvii) POC: Eddice Hazen at 757-764-4916, fax 757-764-7447, or e-mail eddice.hazen@langley.af.mil. Posted 03/24/00 (D-SN438101). (0084)

Loren Data Corp. http://www.ld.com (SYN# 0243 20000328\67-0001.SOL)


67 - Photographic Equipment Index Page