NOTICE TO CONTRACTOR
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items for VTC ROOM EQUIPMENT. IAW FAR 13.106-1(b). Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. Naval Hospital Lemoore intends to solicit this requirement as 100% small business set-aside under the authority of FAR 6.203. The Request for Quotation (RFQ) number is N00259-11-T-0517 will be available on or after August 28, 2011. The closing date is September 09, 2011 @ 08:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48.
It is the contractors responsibility to be familiar with the applicable clauses and provisions.
The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 423430; Size: 500. Naval Hospital Lemoore requests responses from qualified sources capable of providing the following item: VTC ROOM EQUIPMENT
CLIN 0001: Brand Name or Equal: (1) Large Room VTC equipment to include the following components, installation and new Podium:
CTS-INTP6000-K9: Cisco IntPkg 6000 MXP-BW, PreHDCam, Mic, Cbls and Trackers 1 Quantity, EACH, Price: $__________
LIC-INTP6000-NPP: Cisco IntPkg 6000 MXP Natural Presenter Package(NPP) option 1 Quantity, EACH, Price: $__________
LIC-INTP6000MS: Cisco IntPkg 6000 MXP MultiSite(MS) option(Requires NPP) 1 Quantity,EACH, Price: $_______
VFI MISC: VFI Rack 16U 1 Quantity, EACH, Price:$________
535-2000-217i: Vaddio Camera wall mounts 1 Quantity, EACH, Price: $______
Hitachi Projector: Hitachi, CP-WX625 Hitachi 4000 lumen WXGA LCD 1 Quantity, EACH Price: $_______
Da-Lite MISC: Da-Lite, Da-Lite, Da-Lite, 113ââ¬ï¿½ 16:10, electric wall Screen 37593L 1 Quantity, EACH, Price: $__________
RPA-U: Chief Universal Projector Mounting Bracket, RPA-U CFE: Existing ceiling pole.
1 Quantity, EACH, Price:$__________
Extron MISC: Extron, Extron Presentation switcher 60-683-01 1 Quantity, EACH, Price:$_________
Extron MISC: Extron, Extron 3ââ¬â¢ VGA + Audio Cable 26-565-01, 26-490-01 (1)Quantity, EACH, Price:$__________
Extron MISC: Extron, Extron VGA w/Audio Wall Plate 60-427-22 (1) Quantity, EACH, Price: $_______
Samsung MISC: Samsung, Samsung Blu Ray Player BDC5500/XAA (1) Quantity, EACH, Price:$_________
Samsung MISC: Samsung, Samsung DVD/VCR COMBO UNITDVDVR375A (1) Quantity, EACH, Price:$________
Creston Misc: Crestron, Crestron ControlIPAK system AV2-TPMC-PAK (1) Quantity, EACH, Price:$________
Creston Misc: Crestron,Crestron Power Pack PW-2420RU (1) Quantity, EACH, Price:$_______
Control 26CT: Single Speaker, Control 26C with Transformer for use on a 70.7V or 100V Distributed Line, Switchable Taps at 60W,30W, and 15W(plus 7.5W at 70.7V only), No SonicGuard.
(6) Quantity, EACH, Price:$_________
280A Crown 280A, Amplifier (1) Quantity, EACH , Price:$_______
CM-01: CTG Ceiling Mounted Microphone (4) Quantity, EACH, Price:$_______
Shure MISC: Shure, Shure Podium Gooseneck MicrophoneMX418S/S (1) Quantity, EACH, Price:$_________
Revolab MISC: Revolab, Revolabs Solo Singe CH System 02-DSKSYS-LN-NM (1) Quantity, EACH, Price:$________
Revolab MISC: Revolab, Revolabs Wireless Lapel Microphone 01ââ¬âEXEMICEX-BLK-11 *single channel system can only support 1 revo mic at a time Qty 3 back up spare mics. (4) Quanitity, EACH, Price:$_________
Clear One MISC: Clear One, Clear One Converge Pro 880T 910-151-881 (1) Quantity, EACH, Price:$________
PD-915R: Mid Atlantic, 9 Outlet, Single 15 Amp Circuit, Surge/Spike Protected Rack Mount Power Distribution 656747012587 (1) Quantity, EACH, Price:$_________
HPS: Mid-Atlantic 25 PC, Black 10/32 Phillips screws w/Washers (1) Quantity, EACH, Price:$______
INT-CUSTOM-I: Custom Integration (1) Quantity, EACH, Price:$___________
INT-CUSTOM-A: Custom Integration(internal use code only)
SPEC CABLES-F: Class F Cables and Connectors specified by engineering (1) Quantity, EACH, Price:$____________
SPEC CABLES-E: Class E Cables and Connectors specified by engineering(internal use code only) (1) Quantity, EACH, Price:$___________
PROGRAMMING-H: Programming (1) Quantity, EACH, Price:$____________
PROGRAMMING-B: Programming(internal use code only) (1) Quantity, EACH, Price:$_____
PM-B: Project Management (1) Quantity, EACH, Price:$___________
PCC-CTS-INTP6000-K9-3: Prime call for 3 years on IntPkg 6000 MXP-includes BW, PreHDCAM, MIC, Cables and Trackers.
(1) Quantity, EACH, Price:$_________
CLIN 0002: Brand Name or Equal: (1) Small Conferenceroom VTC equipment to include the following components, installation:
CTS-INTP6000-K9: Cisco IntPkg 6000 MXP ââ¬â BW, PreHDCam, Mic, Cables and Trackers (1) Quantity, EACH, Price:$________
LIC-INTP6000-MS: Cisco INtPkg 6000 MXP MulitSite(MS) option(Requires NPP) (1) Quantity, EACH, Price:$________
LIC-INTP6000-NNP: Cisco IntPkg 6000 MXP Natural Presenter Package(NPP) option (1) Quantity, EACH, Price:$________
PCC-CTS-INTP6000-K9-3: Prime Call for 3 years on IntPkg 6000 MXP-incls BW, PreHDCam,Mic, Cables and Trackers. (1) Quantity, EACH, Price:$___________
MISC A/V; 42LE530C LG 42in LED 1080P 120hz HDTV (2) Quantity,EACH, Price:
$________
Avteq Misc: RPS-500L Support two plasma or LCD screens up to 37ââ¬ï¿½ to 55ââ¬ï¿½ inches, includes universal mounting bracket, one adjustable height shelf, wire management in rear, adjustable camera platform and 6 port APC power module.
(1) Quantity, EACH, Price:$___________
INS-CUSTOM-F: Installation & Basic User Orientation (1) Quantity, EACH, Price:$______
PM-A: Project Manager (1) Quantity, EACH, Price:$______
The following FAR/DFARS provisions and clauses are applicable to this procurement:
52.204-7 Central Contractor Registration (APR 2008)
52.212-1 Instruction to Offerors-Commercial Item (APR 2008)
52.212-2 Evaluation Commercial Items (JAN 1999)
52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008)
52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010)
52.219-1 Small Business Program Representations (MAY 2004)
52.222-3 Convict Labor (JUN 2007)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2002)
52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006)
52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
52.232-36 Payment by Third Party (MAY 1999)
52.233-3 Protest After Award (AUG 1996)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.204-7004 Alternate A, Central Contractor Registration (SEP 2007)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010)
252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009)
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003)
252.232-7003 Electronic Submission of Payment Requests (MAR 2007)
The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered.
The following factors to be used to evaluate offers: Technical Capability.
Defined as an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation.
The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award.
The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Email your quote to Joseph Bancod on or before 08:00AM Pacific Standard Time on September 09, 2011. Email:
[email protected] Submitter should confirm receipt of email submissions.
Bid Protests Not Available