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