Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 3, 2001 PSA #2843
SOLICITATIONS

59 -- PURCHASE OF A ROOM PRESENTATION SYSTEM TO BE INTEGRATED INTO A VIDEO TELECONFERENCING SYSTEM

Notice Date
May 1, 2001
Contracting Office
National Imagery & Mapping Agency, Contracting Support for Information Services Directorate, Attn: PCI/D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003
ZIP Code
20816-5003
Solicitation Number
NMA100-01-Q-0021
Response Due
May 11, 2001
Point of Contact
Cassandra Michael, 301-227-7836
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and under the authority of 13.5, 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. Solicitation NMA100-01-Q-0021 is issued as a request for quotation (RFQ). This procurement is unrestricted. The NAICS code is 334419 and the small business size standard is 500. Requirement: Item 1, Qty 2, Draper Retro/72 IRUS Projection System, 72" screen size, 78 1/4" x 58" x 30" overall size, Item 2, Qty 2, Sony VPL-PX31 SuperBright LCD Projector, Item 3, Qty 1, Elmo HV-7000SX Document Presenter (or equivalent), Item 4, Qty 1, Sony 14" Preview Video/S-video Monitor (or equivalent), Item 5, Qty 1, Control System to include 1 ea. 10.4" active matrix LCD Color Active Touch Panel, Axcess Central Controller with necessary cards, and custom Programming for proper system operation, Item 6, Qty 1, 8x8 Cross Point Series RGBHV wide band matrix with audio (or equivalent, Item 7, Qty 2, VSC-100 Computer to Video Scan Converters (or equivalent), Item 8, Qty 1 Crown Amplifier Model D75 (or equivalent), Item 9, Qty 2 pair, Bose model 100 wall mount speakers (or equivalent), Item 10, Qty 1 lot, System Integration, rack, hardware, wiring and connectors. Including set up/delivery, installation of Draper/Sony Presentation System with VTC and Local Conference capabilities, Item 11, Qty 1 Sony EVI-D30 Teleconference Camera (or equivalent), Item 12, Qty 1 Wide angle adapter for Item 11, Item 13, Qty 1, Wireless Mute Controllers Infared (IR) Receiver Swivel Mount and Programming/Setup, Item 14, Qty 1, Wireless Controller without Laser Pointer. Offeror must provide specifications when equivalent equipment is proposed. The Offeror must provide the specific brand name equipment listed in items 1 and 2. No deviations will be accepted. All on-site contractor personnel must be in possession of the requisite Department of Defense (DOD) Top-Secret Compartmented Information (SCI) clearance and briefings prior to installation. At a minimum, all equipment shall include the manufacturer's standard warranty. All equipment shall be delivered to the following address: NIMA, ESIQ MS D-140, 4600 Sangamore Rd, Bethesda, MD 20816, Attn: Rick Harmel. Delivery of all items is F.O.B. destination. Equipment must be delivered, installed, integrated and tested no later than 29 June 2001. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and of the current version of the DFARS as of the date of the synopsis. The provisions at FAR 52.212-1 and FAR 52.212-2 apply to this acquisition (www.arnet.gov/far). Evaluation is based on best value of the overall requirement. Best value will include an evaluation of price and technical factors. The following factors shall be used to evaluate offers: 1) degree to which stated requirements are met 2) appropriately cleared and available personnel (TS/SCI), 3) ability to meet the required delivery/installation/integration/test date of 29 June 2001 and 4) Past Performance. The factors are listed in descending order of importance. Technical and past performance, when combined, are significantly more important than price. Offerors must include a completed copy of provision FAR 52.212-3 and DFARS 252-212-7000 with the offer (www.acq.ods.mil/dp/dars/dfars). The following clause apply to this acquisition: FAR 52.212-4, 52.212-5 (including 52.203-6, with Alternate 1, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13,52.225-15, 52.232-33) (Offerors will be ineligible for award if not registered in the Central Contractor Registry (CCR). Quotations shall be sent to Cassandra Michael via fax to 301-227-2306, via e-mail to michaelc@nima.mil or to the address provided herein. In order of preference, questions may be e-mailed, faxed or phoned. Quotations must be provided no later than 11 May 2001, 2:00pm EST.
Record
Loren Data Corp. 20010503/59SOL008.HTM (W-121 SN50K7M7)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com