Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS

67 -- AUDIO-VISUAL EQUIPMENT

Notice Date
September 7, 2001
Contracting Office
Acquisitions Management Operations Branch, NIAID, 6700-B Rockledge Drive, Room 1130, Bethesda, MD 20892-7605
ZIP Code
20892-7605
Solicitation Number
RFQ1028
Response Due
September 24, 2001
Point of Contact
Sylvia Robinson, Purchasing Agent (301) 496-2814/Carolyn Sentz, Contracting Officer (301) 402-2282
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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request For Quote (RFQ). Submit offers on RFQ1028. The request for quotation (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This acquisition will be processed under Simplified Acquisition Procedures (SAP). The associated North American Industrial Code 333315 size 500. The National Institute of Allergy and Infectious Diseases intends to procure a conference room lite projection system for an off-site facility located in Hamilton, Montana. This off-site facility has a large seminar room that is utilized for seminars, conferences, workshops, work-in-progress meetings, and video teleconferences. Due to the growing number of staff and increasing training sessions, workshops, and conferences, the facility needs a high-end lite projection system that will support various video and audio sources. The majority of presentations now use computers and lite projectors to display Microsoft PowerPoint slide shows and other software applications. This acquisition is for obtaining and installing a lite projection system which will be compatible with the various video and audio sources such as JVC and Sony VCRs, MacIntosh computers (desktops and laptops, G3s and G4s), IBM-compatible computers (desktop and laptops), PictureTel Concorde video teleconferencing system, Model S4200, provide a quality display relative to the room specifications, and allow for wireless control of the video/audio sources. The system is to include the following: 1) Video projector to be supplied for multi-media use including computer, teleconferencing, VCR, DVD, HDTV or any NTSC, PAL or SECAM source. 2) Video projector must be a 3 chip (panel) 1024x768 XGA DMD (DLP) type device. Not LCD. 3) Brightness must be 3000 ANSI lumens or greater, Contrast Ratio must be 400:1 or greater. Displayable colors to be 16.8 million or greater with a gray scale resolution of 8 bits. Standard Color Temperature of 6500K to apply and be adjustable from 3200K to 9300K. 4) Projector to be supplied with a high quality 2.2-4:1 zoom lens and a heavy duty ceiling mount. 5) A Video Processor is to be supplied capable of scaling and processing inputs including composite, component, or s-video to a 1024X768 RGBHV output. Chroma, Luma and time base correction to be included. Inverse Telecine (3:2 pulldown) detection and processing as well as a quality 20dimensional comb filter for composite sources to be included. HDTV and VGA or XGA input switching to be included. 6) A Touch Screen Controller system (wireless) is to be supplied and programmed to control the following: A.) System turn on/off including video source and audio source selection macros. B.) Volume adjustments for 4 audio sources except client's microphone which already exists. (interface to an existing Peavey XR-600F). C.) Lighting control-separate and in the system macro. (interface 6 levels to an existing AMX MX-8 lighting controller operated by a TCX-16+ remote). D.) Control of the client's 35mm slide projector (advance, reverse, focus in/out). 7) An Input enclosure at the front of the room to be supplied with inputs for audio 1 to 4, composite, s-video, component, HDTV, and computer. A selection of hook-up cables that input into these jacks for the client to be supplied. All jumpers, connectors, cabling, fasteners, and other parts necessary to provide a complete working solution to be included. Following is a list of items that already exist on premises. The list is for information purposes only and is not exhaustive: A.) A screen -- width is 140" viewable and height is 96" viewable (Existing screen is approx. .9 gain non-perforated and electrically operated, but usually remains in the down position. This sizing reflects the screen bottom located at the top of the chalk/dry erase board); Total width on room 51 ft.- Total depth on room 36 ft. 6 inches, Projection window 29 inches across, 2 seating areas are 33 ft. across. Seating area is 18 ft. deep; Projection booth is 8 ft. 8 inches wide and 5 ft. deep, all sound equipment and slide projector are located in the booth. B.) An AMX MX8 lighting controller already in use. C.) A Peavey XR-600F Mixer/amplifier and speaker system with hand-held microphone. D.) Client's 35mm slide projector with wired remote. E.) A 2" diameter conduit from front of room to projection booth. F.) Power in projection booth. G.) Various video devices such as VCR's, satellite receivers, teleconferencing system, laptop computers. The contractor is to provide all components necessary to be installed to industry standards and in a workmanship like manner. The completed system is to be warranted for at least 1 year from date of completion and will include a complete training session on usage and include up to 10 service calls/training add-ons during the initial 1-year warranty period at no charge to the client. Cost of any physical modifications necessary to the conference room projection booth window to be born by the client. The FAR provisions and clauses that apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. The Government intends to make a best overall value buy to the responsible offeror whose offer is most advantageous to the Government. The following factors will be considered: 1.) Compatibility with existing equipment already on premises. 2.) Ability to meet technical requirements. 3.) Price. 4.) Training and service call program. 5.) Warranty. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time (EDT), September 24 , 2000, to Sylvia Robinson. Copies of the aforementioned clauses are available upon request by telephone to Ms. Sylvia Robinson at (301) 496-2814. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 6700B Rockledge Drive/MSC7605, Room 1130; Bethesda, Maryland 20817-7605. Requests for information concerning this requirement are to be addressed to Ms. Sylvia Robinson at (301) 496-2814. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency. Delivery location is the National Institute of Allergy and Infectious Diseases Rocky Mountain Laboratories; Hamilton, MT 59840.
Record
Loren Data Corp. 20010911/67SOL001.HTM (W-250 SN50X0H0)

67 - Photographic Equipment Index  |  Issue Index |
Created on September 7, 2001 by Loren Data Corp. -- info@ld.com