Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

70 -- Emergency Management Command Center/Conference - End User GSA Region 2

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
26 Federal Plaza, New York, NY 10278
 
ZIP Code
10278
 
Solicitation Number
02TT4750006
 
Response Due
3/21/2005
 
Archive Date
4/10/2005
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is 02TT4750006 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. However this requirement is unrestricted and all interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Monday, March 21, 2005 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be New York, NY 10278 The GSA FTS Region 2 requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, Commodity: Interoperable standard compliant Coder/Decoders to work independently (Vendor must specify model being offered), 2, EA; LI 002, Commodity: 42 inch LCD flat panel wall mounted displays or 52 inch Option (Vendor must specify model being offered), 5, EA; LI 003, Commodity: Cameras (Vendor must specify model being offered), 2, EA; LI 004, Commodity: Microphones (Vendor must specify model being offered), 10, EA; LI 005, Ceiling speakers (Vendor must specify model being offered), 16, EA; LI 006, Commodity: Computer interface panels and the software required to allow laptop presentations and display of cable TV, VTC, etc. (Vendor must specify model being offered), 2, EA; LI 007, Commodity: Audio Matrix units (Vendor must specify model being offered), 2, EA; LI 008, Commodity: Matrix switches (Vendor must specify model being offered), 2, EA; LI 009, Commodity: STA cable tuners (Vendor must specify model being offered), 5, EA; LI 010, Commodity: VCR/DVDs (Vendor must specify model being offered), 2, EA; LI 011, Commodity: PC interfaces (Vendor must specify model being offered), 4, EA; LI 012, Commodity: 90 inch diagonal wall mounted projection screens (Vendor must specify model being offered), 2, EA; LI 013, Commodity: Ceiling mounted projectors (Vendor must specify model being offered), 2, EA; LI 014, Commodity: Cell phone repeater system, includes repeaters and antennas. (Vendor must specify model being offered), 2, EA; LI 015, Commodity: Analog telephone terminals (Vendor must specify model being offered), 25, EA; LI 016, Commodity: 36 inch LCD television for secure facility (Vendor must specify model being offered), 1, EA; LI 017, Commodity: ISDN Access Switch (Vendor must specify model being offered), 1, EA; LI 018, Commodity: Dell Power vault 775N (Vendor must specify model being offered), 1, EA; LI 019, Commodity: Dell power vault 220S (Vendor must specify model being offered), 1, EA; LI 020, Commodity: Dell Power Edge 2850 Srv (Vendor must specify model being offered), 1, EA; LI 021, Commodity: APC UPS w/6 Batteries (Vendor must specify model being offered), 1, EA; LI 022, Commodity: Managed E1 Switch to handle 60 network terminations (Vendor must specify model being offered), 1, EA; LI 023, Procurement of and Wiring & installation of satellite antenna (Vendor must provide detailed list), 1, LOT; LI 024, Equipment racks, wiring, cable management tools, patch panels, hardware and connectors(Offer State below items and quantity suggested), 1, LOT; LI 025, Other direct costs (ODC), overhead (Vendor must provide detailed list), 1, LOT; LI 026, Reference B.2 SERVICES AND PRICES/COSTS - CLIN 3001 - Maintenance Year 1, 1, LOT; LI 027, Reference B.2 SERVICES AND PRICES/COSTS - CLIN 3002 - Maintenance Year 2, 1, LOT; LI 028, Reference B.2 SERVICES AND PRICES/COSTS - CLIN 3003 - Maintenance Year 3, 1, LOT; LI 029, Reference B.2 SERVICES AND PRICES/COSTS Contract Labor Categories(Vendor Enter "Total Discounted Price) from attached SOW, 1, LOT; For this solicitation, GSA FTS Region 2 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 2 is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Jeff Benson at jeff.benson@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to steven.barry@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. Vendors / sales agents submitting quotes MUST BE registered in ITSS. If vendor registration assistance is needed contact 877.243.2889 Option Quote per specifications requested. If an item has been discontinued or is end of life, annotate quote referencing as such then quote an equal or better replacement for the item. Quote is to include all fees, including shipping or freight costs. No partial shipments unless otherwise specified. Provide on quote the estimated ETA, number of days, delivery can be expected after receipt of purchase order. All services and products provided in response to this requirement shall comply with Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronics and Information Technical (EIT) Accessibility Standard (36 CFR part 1194). Quote must include statement addressing compliance or noncompliance with Section 508. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission Desired Delivery Date: xx/xx/2005 NAICS code is 334119
 
Web Link
www.fedbid.com (a-16152, n-797)
(http://www.fedbid.com)
 
Place of Performance
Address: New York, NY 10278
Zip Code: 10278-1809
Country: US
 
Record
SN00767173-W 20050313/050311212339 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.