Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27, 2000 PSA #2715
SOLICITATIONS

99 -- AUDIOVISUAL UPGRADE FOR AFSOC CONFERENCE ROOMS

Notice Date
October 25, 2000
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street, P.O. Box 9190, Hurlburt Field, FL, 32544-9190
ZIP Code
32544-9190
Solicitation Number
F08620-01-T-0001
Response Due
November 13, 2000
Point of Contact
Sonja Marsh, Contract Specialist, Phone (850)884-3266, Fax (850)884-5372, Email sonja.marsh@hurlburt.af.mil -- Twila Beasley, Contracting Officer, Phone (850) 884-1269, Fax (850) 884-5372, Email
E-Mail Address
Sonja Marsh (sonja.marsh@hurlburt.af.mil)
Description
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; a quotation is being requested from and a written solicitation will not be issued. Solicitation number F08620-01-T-0001 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This solicitation is 100% set-aside for Small Business and is under Standard Industrial Classification Code 5046, with a small business size standard of 500 employees. Contractor shall fulfill a mission essential requirement for the audiovisual upgrade of the AFSOC conference rooms. To fulfill this requirement, the contractor shall provide the following: Three (3) centralized room control systems that control new and existing equipment with each control system having these specifications, one (1) each 1024 X 768 fifteen-inch flat panel touch screens, one (1) each color wireless two-way communication touch-panels with spare battery and docking station, and all hardware programmed and designed for operation of both panels; Four (4) each motorized 100-inch diagonal video electric screens to be controlled by the wireless remote stated above (color wireless two-way communication touch-panel with spare battery and docking station); One (1) each 1024 X 768 data video projector with 2200 ANSI lumens, displays up to UXGA, scans up to 200 Hz, and a standard warranty; Two (2) each 8 X 8 RGBHV matrix switchers with 8 X 8 audio breakaway, minimum 200 MHz (-3 DB) video bandwidth, each inputs are individually buffered, quick switch front panel control, RS232/RS422 control, audio following and audio breakaway. Each system shall be modifiable with new technology by the end user. Contractor shall include in their quote all remaining hardware and components to mount the projector and screens in the ceiling, on-site service for one full year for all components purchased here in and two hour on-site training. The contractor shall provide all necessary cables and connectors needed to connect and integrate new and existing equipment. GSA items shall be noted as well as the GSA Contract Number. The manufacturer, part number and specifications shall be included with your quote with sufficient information (i.e. product literature, product samples, technical features and warranty provisions) to evaluate compliance with the requirements of the solicitation. A highly encouraged on-site visit is scheduled on 3 Nov 2000, at 0900 (9:00AM CST) for those offerors wishing to understand the scope of the requirement. Registration can be made by contacting Lt. Sonja B. Marsh at (850) 884-3266. Required delivery shall be on or before 45 days after receipt of award. Place of delivery and installation shall be at the Headquarters AFSOC building 1, Hurlburt Field FL. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors_Commercial Items (MAR 2000). It applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Submit signed and dated quotations on company letterhead or quotation form. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation _Commercial Items, which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) past performance; and (iii) price. Technical and past performance, when combined, are significantly more important than price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government, considering the technical capability, past performance, and price. When technical capability and past performance are combined and are evaluated essentially equal, price may be the deciding factor. The Government reserves the right to make award without discussions. Offerors shall submit three (3) past performance references which are recent, within the last three (3) years, and relevant to this solicitation. Each reference shall include a company name, address, point of contact, and commercial and fax numbers, contract number and value of total project. Each offeror shall include a completed copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications_Commercial Items (FEB 2000), with the quotation. Submit signed and dated offer to 16CONS/LGCY, Attn: Lt. Sonja B. Marsh, 350 Tully St, PO Box 9190, Hurlburt Field FL 32544-9190 at or before 1600 (4:00 PM CST), 13 Nov 2000. The clause at 52.21-2-4, Contract Terms and Conditions_Commercial Items (May 1999), applies to this acquisition with the following addendum: DFARS 252-204-7004 Required Central Contractor Registration ( MAR 2000). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUN 2000), applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act _Supplies (41 U.S.C.10); 52.225-9, Buy American Act_Trade Agreements Act_Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582); and 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). A Firm-Fixed Price Purchase Order will be issued in writing. No telephonic responses will be processed. All questions must be in writing and may be faxed to (850) 884-5372. Questions as a result of the site visit must be submitted in writing no later than 7 Nov 2000, 1600 (4:00PM CST). All answers to questions will be posted to EPS.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08620-01-T-0001&LocID=483)
Record
Loren Data Corp. 20001027/99SOL001.HTM (D-299 SN5051T7)

99 - Miscellaneous Index  |  Issue Index |
Created on October 25, 2000 by Loren Data Corp. -- info@ld.com