Federal Bid

Last Updated on 27 Nov 2010 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

59--Definition Widescreen Projectors

Solicitation ID VA26210RQ0078
Posted Date 17 Sep 2010 at 10 PM
Archive Date 27 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs
Agency Department Of Veterans Affairs
Location United states
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 being requested and a written solicitation will not be issued. The solicitation number VA-262-10-RQ-0078 is issued as a request for quote (RFQ) for a Projection System Components. No telephone requests will be accepted. This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System Code (NAICS) is 334310 and the Small Business Standard is 750 employees. ITEM NO. SUPPIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 3 EA __________ __________ Sony High Definition Widescreen Projectors, Sony VPLFW41 CSN: 5836-433405 0002 3 EA __________ __________ In-ceiling widescreen projection Screens Da-lite #34520,69"h x 110"w 0003 1 EA __________ __________ Chief RPA 145 projector ceiling mount 0004 1 EA __________ __________ Progressive PP-FCTA False Ceiling Plate 0005 1 EA __________ __________ Progressive PVCPLR 1 1/2" Coupler 0006 1 EA __________ __________ Lot Various pipes and supports for projector support 0007 3 EA __________ __________ Mounting for projection screens 0008 3 EA __________ __________ Crestron Digital Media interfaces for projectors, DM-RMC-100 0009 12 EA __________ __________ Full range in-ceiling Speakers, JBL 226C/T 0010 3 EA __________ __________ Stereo amplifiers,Crown Xti-2000 Audio Amplifier, (475w/ch) CSN: 7720-433209 AMPLIFIER 0011 2 EA __________ __________ EAW DX-1208Audio mixer/processor/router banks CSN: 5830-053741 AUDIO MIXER 0012 3 EA __________ __________ Sennheiser ew152G3Wireless Microphones for presenters CSN: 7450-653404 MICROPHONE 0013 3 EA __________ __________ Countryman E6, overear microphone option 0014 1 EA __________ __________ Integrated MultiMedia Lectern, DWI, Color: (TBD) Clock/Timer, Light, Casters, Locking Doors, Presenter Drawer, Keyboard tray, Exhaust fan, rack rails, locking real access panel 0015 1 EA __________ __________ Elmo P1000N HD, network, Document Camera, lighting, folding stand 0016 1 EA __________ __________ Articulating monitor support arm 0017 2 EA __________ __________ Crestron Digital Media transmitters for PC and Copy stand DM-TX-200 0018 1 EA __________ __________ 1 x 4 VGA DA for Podium Computer VP-4000N 0019 1 EA __________ __________ Middle Atlantic U2 Rack Shelf 0020 3 EA __________ __________ Crestron Multi-signal input panels for visitor input, each room DM-TX-400-3 0021 3 EA __________ __________ FSR floor box for interconnects in each room, FL-540-P, FL-540P-SLP-C 0022 1 EA __________ __________ Rear Center Floor Box for VTC and AV recording connections 0023 1 EA __________ __________ Engraved connection plates (10 XLR-M, 2 x VGA, Y/C, LAN, AC) 0024 3 EA __________ __________ Ceiling XLR-F boxes for VTC participant's microphones 0025 3 EA __________ __________ High clarity participant's microphones, Neumann KM-184 0026 1 EA __________ __________ Audio mixer/multi-channel digital recorder for A/V lecture recording, Sound Devices 788T + CL 8 CSN: 5830-053741 AUDIO MIXER 0027 1 EA __________ __________ Lot cables and breakouts 0028 1 EA __________ __________ Wireless Lighting Gateway - C2N-MNETGW 0029 12 EA __________ __________ Wireless Controlled Light Switch - CLW-DIM1RF or SW1RF 0030 3 EA __________ __________ Dual-Technology Occupancy Sensor - GLS-ODT-C 0031 6 EA __________ __________ Relays and power supplies for automatic projection screen light dimming 0032 1 EA __________ __________ Sensor Integration Module 0033 3 EA __________ __________ Crestron Touch Screen Control Panels, TPS-6L, 5.7" Color touchscreen CSN: 7025-438122 CONTROL PANEL 0034 1 EA __________ __________ Crestron Control System, CP-2E 0035 1 EA __________ __________ Crestron Digital-Media HDMI signal router, DM-MD 16x16 0036 5 EA __________ __________ DM input cards, DMC-CAT-DSP 0037 1 EA __________ __________ HDMI Input card, DMC-HD-DSP, for podium Blu-Ray player 0038 1 EA __________ __________ Input card for Polycom VTC camera view (Y/C), DMC-VID-BNC 0039 1 EA __________ __________ Input card for Polycom VTC media view (VGA), DMC-DVI 0040 3 EA __________ __________ Cable TV Input cards, SD Analog, DMC-VID-RCA 0041 1 EA __________ __________ 4 DM outcards, DMCO-1100 0042 1 EA __________ __________ Crestron DM wiring components: 24 DM Fittings, 3 IR Probes, 600ft DM Cable 600ftCN Cable 0043 1 EA __________ __________ Middle Atlantic Equipment rack and related hardware, 70" 0044 1 EA __________ __________ Furman PS-PROII Power Conditioner and power switching 0045 1 EA __________ __________ Lot of installation cable, conduits, interfaces, and hardware 0046 1 EA __________ __________ Engineering Design, Installation, Crestron Programming, Documentation, Training, Technical Support and Warranty TOTAL: _________________________________ The Contractor shall provide an "anything to anywhere" configuration that will allow users to easily present and control media rich lectures in any or all of the three lecture rooms in the CSI Mental Health Building. The Contractor shall provide technology to support both legacy analog and state-of-the-art digital HD and is expandable and reconfigurable to support future needs. Each room will contain a bright widescreen-high definition ceiling mounted projector displaying on a 130" diagonal electric screen. Full range stereo ceiling mounted speakers will operate either separately or in tandem in each room zone. Each room will have its own floor box containing all possible user inputs for display. A wall mounted Creston control panel will also be located in each room for configuration/control/operation either independently or in joined configuration. One movable multi-media lectern will contain additional playback devices including HD documents camera, multi-media computer and monitor, and DVD/Blu-Ray. The main center room will also contain interfaces for the existing Polycom video teleconferencing system to allow full tow-way VTC communication. The center room will also contain supporting connections and interfaces for the Medical Media department to record both sound and video of the various presentations. Infrastructure equipment will be rack mounted in the designated closet. The Crestron system will also control the room lighting for easier user automated operation of the projectors as well as providing green energy compliance. The Contractor shall provide wireless microphones and the ability to connect with the VA's cable TV system and IT LAN. The Contractor shall provide all required rigid AV conduits, supply engineering, equipment and installation, training, documentation, and service support. Delivery of equipment shall be F.O.B. Destination to the VA Greater Los Angeles Healthcare System, 11301 Wilshire Blvd, Building 318, Los Angeles, CA. 90073. At the time of delivery, the equipment and all associated equipment shall be new, free from defects and in good working condition. Re-manufactured equipment will not be accepted. Delivery date: November 15, 2010 (approx), will be determined after the contract is awarded. Offerors must comply with all instructions contained in provision 52.212-1 Instructions to Offerors - Commercial Items. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), after initial registration, the contractor is required to update registration data as changes occur and must re-register annually to ensure all data remains current. Noncompliance with this requirement will preclude the exercising of any option periods that may be included herein and will be cause for termination of the contract at such time noncompliance is discovered. Refer to cited Clause for more details. You are required to register with the CCR database at the following web address: CCR - http://www.ccr.gov. It is imperative that you complete this registration in order to be considered for contract award. In accordance with FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm in the space provided: DUNS# __ __ - __ __ __ - __ __ __ __. 52.212-2 Evaluation - Commercial Items (JAN 1999) The Government will award a contract 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. Basis for Award: Award of this solicitation shall be based on the Lowest Price Technical Acceptable. 52.212-3 Offerors Representations and Certifications - Commercial Items - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from https://www.acquisition.gov/Far/ 52.212-4 Contract Terms and Conditions - Commercial Items (06/2010) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 1, 2, 13, 20, 22, 23, 24, 25, 30(i), 34 and 40. The following additional clauses and provisions apply: FAR 52.204-7 Central Contractor Registration ; FAR 52.232-18 Availability of Funds; FAR 52.233-2 Service of Protest; VAAR 852.211-71(a) Guarantee; VAAR 852.270-4 Commercial Advertising; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.237-75 Security Requirements for Unclassified Information Technology Resources (Interim - Oct 2008). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of a clause and provision may be accessed electronically at this/these addresses: Federal Acquisition Regulation Home Page: https://www.acquisition.gov/Far/; Veterans Affairs Acquisition Regulation Home Page: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Warranty information shall be provided. Technical in-service training shall be provided at no additional cost to the Government. Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. The Government will consider all quotes received by 3:00 P.M. PST on 23 September 2010. Offers may be emailed to Kevin H. Vo at [email protected] with "Projection System Components" in the subject title.
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Aug 2009 at 7 PM
Fort bragg North carolina 25 Jul 2007 at 4 AM
Arlington Virginia 16 Sep 2007 at 4 AM
Arlington Virginia 15 Jul 2007 at 4 AM
Philadelphia Pennsylvania 09 May 2012 at 9 PM

Similar Opportunities

Washington District of columbia 11 Jul 2025 at 7 PM
Washington District of columbia 11 Jul 2025 at 7 PM
Washington District of columbia 11 Jul 2025 at 7 PM
Washington District of columbia 11 Jul 2025 at 7 PM
Washington 30 Jul 2025 at 4 AM