MODIFICATION
70 -- Audio/Visual Equipment
- Notice Date
- 9/24/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- 2418 Macomb Road, Fort Sill, OK 73503
- ZIP Code
- 73503
- Solicitation Number
- W9124L-10-T-0238
- Response Due
- 9/27/2010
- Archive Date
- 3/26/2011
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124L-10-T-0238 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Sill, OK 73505 The USA ACC MICC Fort Sill requires the following items, Brand Name or Equal, to the following: LI 001, Panasonic PT-DW6300US DLP Projection System/Video Projector, 4, EA; LI 002, Chief Projector Mount P/N: RPA6500, 4, EA; LI 003, Extron MVX 44 VGA A 4X4 RCBHV Stereo Audio router P/N: 60-635-21, 2, EA; LI 004, EAW JF60 2-way Full Range System P/N: 999051, 12, EA; LI 005, Speaker Mounting Brackets for Item 004, 12, EA; LI 006, Crest Audio CA6 Power Amplifier P/N: CFA-CA6-AB, 4, EA; LI 007, EAW DX1208 Digital Matrix Mixer P/N: 0028760-00, 2, EA; LI 008, Shure ULX PRO 14/85 Wireless Lavalier Microphone System P/N: ULXP14/85-G3, 2, EA; LI 009, Shure Countryman E6 Earset Headset Microphone P/N: WCE6B, 2, EA; LI 010, CresNet Cable Assemblies, Within a single jacket, (1) Pair 18 AWG for 24VDC and Ground and (1) Twisted Pair 22 AWG with Shield for Control Data. P/N:CNETLM-100, 4, EA; LI 011, Control System Design, 1, EA; LI 012, Samsung SID-40CVA Dome Camera, 2, EA; LI 013, Samsung SID-WMT camera Mounting Bracket, 2, EA; LI 014, Crestron Digital Joystick Camera Controller P/N: C2N-CAMIDJ, 1, EA; LI 015, Crestron 12 Button Designer Keyboard P/N: CNX-BN12, 1, EA; LI 016, Crestron 8 Channel Dimmer, 2 Feeds P/N: CLX-2DIM8, 2, EA; LI 017, Crestron Automation Enclosure, 4 Modules P/N: CAEN-4X1, 1, EA; LI 018, Crestron Terminal Block P/N: CLT-2DIM8, 2, EA; LI 019, Video Cable Assembly75 Ohm RG-59/BNC Connectors20-Guage Shielded 9-Conductor/DB-9M/8-Pin MiniDIN., 2, EA; LI 020, Microphone Cable Assemblies22-Guage 3-Conductor Shielded / 22-Guage 2-Conductor Unshielded Hybrid Cable / 5-Pin XLR F, 2, EA; LI 021, Installation, 1, EA; LI 022, Contract Manpower Report, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Sill 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Sill is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Bids must be good for 30 calendar days after close of buy. Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. 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. 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 selected Offeror must comply with the following commercial item terms and conditions: 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (Apr 2009)(15 U.S.C. 632(a)(2)); 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29U.S.C. 793); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes adminstered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The selected Offeror must comply with the following commercial item terms and conditions. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea The following Far clauses are incorporated by reference: 52.204-7, Central Contractor Regeistration; 52.247-34, F.O.B Destination. No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. Payment will be made through Wide Area Work Flow. All shipping and acceptance information will be given at time of award Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing through appropriate FedBid channels. For assistance on how to submit questions please contact clientservices@fedbid.com or call them at 1.877.933.3243. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. Oral explanations will not be binding. This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following DFARS clauses are incorporated by reference: 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003 ALT I, Item Identification and Valuation; 252.232-7010, Levies on Contract Payments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc6cfa3fbaed1c4f393a77103eeb4d83)
- Place of Performance
- Address: Fort Sill, OK 73505
- Zip Code: 73505
- Zip Code: 73505
- Record
- SN02296432-W 20100926/100924235506-cc6cfa3fbaed1c4f393a77103eeb4d83 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |