Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2001 PSA #2929
SOLICITATIONS

T -- AUDIO VISUAL UPGRADE

Notice Date
August 31, 2001
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
ZIP Code
06105-3795
Solicitation Number
DAHA06-01-Q-0027
Response Due
September 14, 2001
Point of Contact
Diana Marini, 860-524-4872
E-Mail Address
USPFO for Connecticut (Diana.Marini@ct.ngb.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are bein g requested and a written solicitation will not be issued. The solicitation number is DAHA06-01-Q-0027 and is issued as a Request for Quotes (RFQ). SIC code is 5045, with size standard of 100. The solicitation document and incorporated provisions and cl auses are those in effect through Federal Acquisition Circular 97-27. The proposed contract is 100% set aside for small business concerns, the quoter must state their business size in their quotation. The Connecticut Army National Guard requires the deli very and installation of one upgrade to the PA system in the Helicopter Maintenance Hangar and Associated Audio-Visual Equipment. A SITE VISIT will be held on Friday, 7 September 2001, 11:00 AM at Connecticut AVCRAD, 139 Tower Ave, Groton-New London Airpor t, Groton, CT 06340. Please contact SGT Chris King at (860) 441-2906 to sign up for the site visit. This is the only site visit to be scheduled. The contractor shall be responsible for the design, installation, parts required, and equipment to be instal led as part of the AV Upgrade. The contractor shall furnish all parts, materials, equipment, labor, transportation and freight charges as required to install and integrate the AV Upgrade package. The proposed system must be equal to or exceed the followi ng: Hangar Intercom/PA Determine viability of existing speaker wire, repair, remove or replace as necessary; Remove existing metal bullhorns; Install at existing bullhorn locations, one 50w full dynamic range speaker at each wall location; Install one p air of 50w full dynamic range speakers at each overhead location, speakers mounted in the overhead will be angled to provide maximum sound dispersion; Install three 400w audio amplifiers in wiring closet to serve hangar loads; Install one 400w amplifier in same location to serve office loads; Split existing zones, Hangar as Zone 1; Offices, Mess Hall as Zone 2; Audio amplifiers will have capability for telephone paging input from existing telephone system wiring; Hangar amplifiers may also have a six channe l signal input mixer included to serve potential mic and audio input from mic/phono panel installed in specified hangar location. Equipment includes: twenty, full dynamic range speakers; five, 400w audio amps; 3,000 feet of 18-2 ga with shield and ground audio wire; one, 4 slot audio rack with locking door wall mount swing away for wiring access. Conference Room Audio-Visual Equipment includes the following: One, pendant mount LCD Projector, XGA Resolution 1024x780; One VGA Interface panel; One, Intercom Speaker cutout switch. Mess Hall Audio-Visual equipment includes: One, 7 foot motorized remote control ceiling flush mounted projector screen; One, Pendant mount LCD XGA Resolution 800 lumen projector; One wall interface, VGA to LCD, RCA jack -- video to VCR, RCA jack audio amplifier; One, 250w audio amplifier for VCR sound shelf mount in closet; Two, 50w Full Dynamic range speakers for VCR/LCD sound. Classroom Audio-Visual Equipment includes: Wire existing audio amp (TOA 900 series) to existing overh ead speaker; switch overhead speakers, on/off; Through use of 4 pole double toggle switch which will cutout intercom input to overhead speakers and enable input from audio amplifier; Existing audio amplifier will be cabled to existing PC for sound, diagnos e and repair sound quality. Flight Operations Audio Visual equipment and installation includes: Install pendant mount 800 lumen LCD projector with VGA/RCA wall interface; Install audio amp with two, 50w full dynamic range speakers; One, LCD projector 800 lumen XGA resolution; One 250w audio amplifier; One VGA wall interface with RCA video/audio ports; One, audio rack floor type, 4 slots; Two, Motorola hand held UHF, walkie-talkie type radios with low profile security service type earpiece and mic headset. The Acquisition will be FOB Destination with Delivery and Acceptance point at the Connecticut AVCRAD, 139 Tower Ave, Groton-New London Airport, Groton, CT 06 340. Delivery and installation date shall be within 60 days of receipt of order. Award will be based on the best value to the Government, with consideration to the factors of proposed technical merits including delivery, price and past performance. The provision of FAR 52.212-3, Offeror Representations, applies to this RFQ. A completed and signed copy of this provision shall be submitted with all offers. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions an d clauses apply to this acquisition; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Oppor tunity; 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, B uy American Act and Balance of Payments Program; 252.204-7004, Required Central Contractor Registration. Registration in the Central Contractor Registration (CCR) Database is a requirement for award, www.ccr2000.com. You can visit the web-site at www.arn et.gov/far for the provisions and clauses needed for this synopsis/solicitation. Oral communications are not acceptable in response to this notice. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail diana.marini@ct.ngb.army.mil. Not Later Than 4:00 PM, 14 September 2001. See Note 1.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010905/TSOL001.HTM (D-243 SN50W684)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on August 31, 2001 by Loren Data Corp. -- info@ld.com