Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

58 -- POLICE MONITOR EQUIPMENT

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N. GREENE STREET, BALTIMORE, MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA245-12-Q-0523
 
Response Due
9/6/2012
 
Archive Date
3/5/2013
 
Point of Contact
Name: Rodney Jackson, Title: CONTRACT SPECIALIST, Phone: 4106371503, Fax:
 
E-Mail Address
rodney.jackson3@va.gov;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is VA245-12-Q-0523 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $12.50M.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 2012-09-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be WASHINGTON, DC 20422 The VHA NCO 05 - 512 - Baltimore, MD requires the following items, Brand Name or Equal, to the following: LI 001, 1 Phase I 1E200 VA Police Office "Control Room" (2) Hybrid DVR/nvr, 32 analog/32 IP (DHC-32) (2) 3 TB Storage Upgrade (HD-3000GBSATA) -(1) DHC-16 Hybrid DVR/nvr 16, analog/16" IP (1) 1000 GB Storage Upgrade - (HD1000GBSATA) (1)Client Workstation, 4 monitors (CWS-4DV-RM)- (CAM-PTZ-KB-310)- (4) 20" LCD Widescreen Monitor (MON-LCD-20bl) - (1) Rack Mount KVM Sw w/17" mon (KVMSWT-MON)(3)Rack Mount UPS 1500 VA - 42u 800mm Rack Cabinet (1) 42u 800mm Rack Cabinet - (RAC-42U-cab-0800(2) 16X32 Video Dist Amplifier (VID-A1632DC) -(8) 3ft, 4in. BNC patch cable (CBL-BNC414), 1, JB; LI 002, 1st Floor Building #6 Near Dental Clinic - Facilitiec Cameras (1) Hybrid DVR/nvr, 32 analog/32 IP- (DHC- 32)- (1) 12U X 600mm Wall Mont. Rack Cab - (RAC-12U-CAB-600) (1) Rack Mount UPS 1500VA - (UPS-VA1500RM), 1, JB; LI 003, 3 Ground Floor MER #1 Generator Room - Facilities Cameras: (1)12u x 600mm Wall Mnt. Rack Cab- (RAC-12UCAB-600) - (1) Rack Mount UPS 1500VA - (UPS-VA1500RM), 1, JB; LI 004, 4 Penthouse Top of Stairwell 6- Facilities Cameras (1)12u x 600mm Wall mnt. Rack Cab - (RAC-12u-CAB-600) (1) Rack Mount UPS 1500VA - (UPS-VA-1500RM), 1, JB; LI 005, 1E200 VA Police Control Room - Open Market Equipment (2) Catalyst 3750 12 - (WS-C3750G-12s-E) (CISCO) (1) Catalyst 296OS - (WS-C2960S-24TS-S) - (4) GE SFP Transceiver (GLC-SX-MM) - (2) Rack (MRK-4436-NVR) - (9) Coaxitron Converter (Pelco) -, 1, JB; LI 006, 6 Open Market Equipment - 1st Floor Building #6 Near Dental Clinic - Faciliies Cameras: (1) Catalyst 296OS - (WS-C296OS-24-PSL) (2) GE SFP Transceiver - (GLC-SX-MM), 1, JB; LI 007, 7 Open Mark Equipment Ground Floor MER #1 Generator Room - Facilities Cameras (1) Catalyst 296OS - (WS-C296OS-24PS-L) (2) GE SFP Transceiver (GLC-SX-MM), 1, JB; LI 008, 8 Penthouse Top of Stairwell #6 - Facilities Cameras. (1) Catalyst 296OS - (WS-C2960S-24-PS-L) - (2) GE SFP Transceiver, 1, JB; LI 009, Total for Installation Phase I Upgrade Security System at DCVAMC, Police Control Room (1E229), 1, JB; LI 010, 10 Phase II - Remote DVR Location - Clean-up and Switch Installation 1E236 Floor One (1) Hybrid DVR/NVR 16 analog/16 IP, 2TB HDD (DHC -16) (1) 1000 GB Storage Upgrade (HD-100GBSATA) (1) Rack Mount KVM Switch w/17" monitor (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 011, 11 ROOM 1D119 Electric Closet (1) Hybrid DVR/NVR 16 analog/16 IP, 2TB HDD (DHC -16) (1) 3TB Storage Upgrade (HD-3000GBSATA) (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA - (UPSVA1500RMBAC-12U-CAB-600) (1) 12u x 600mm Wall Mount Rack Cabinet, 1, JB; LI 012, 12 ROOM 2B-118B (Urology) (1) Hybrid DVR/NVR 16 analog 16 IP 2TB HDD - (DHC-16) (1) 1000 GB Storage Upgrade - (HD1000GBSATA) (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 013, 13 1B119 New Pharmacy (1) Hybrid DVR/nvr, 16 analog/16 IP. 2.5.TB HDD (DHC-20) (1) 1000 GB Storage Upgrade - (HD1000GBSATA) - (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 014, 14 Nursing Home Floor Two (1) Hybrid DVR/nvr, 16 analog/16 IP. 2.5.TB HDD (DHC-20) (1) 3TB Storage Upgrade (HD-3000GBSATA) (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 015, 15 4B113A - 4th Floor (1) Hybrid DVR/NVR 16 analog 16 IP 2TB HDD - (DHC-16) (1) 1000 GB Storage Upgrade - (HD1000GBSATA) - (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON), 1, JB; LI 016, 16 BB109A (Basement) (1) Hybrid DVR/NVR 16 analog 16 IP 2TB HDD - (DHC-16) (1) 1000 GB Storage Upgrade - (HD1000GBSATA) - (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 017, 17 ROOM 1D119A (ABC) Clinic (1) Hybrid DVR/NVR 16 analog 16 IP 2TB HDD - (DHC-16) (1) 1000 GB Storage Upgrade - (HD1000GBSATA) - (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 018, 18 ROOM 3C119 (Telephone Closet/Methadone) (1) Hybrid DVR/NVR 16 analog 16 IP 2TB HDD - (DHC-16) (1) 1000 GB Storage Upgrade - (HD1000GBSATA) - (1) Rack Mount KVM Switch w/17" monitor (KVM-SWT-MON) (1) Rack Mount UPS 1500VA (UPS-VA1500RM), 1, JB; LI 019, 19 General (4) 20" LCD widescreen monitor (MON-LCD-20BL) (1) Client Workstation (4) monitors -(CWS-4DV-RM) (1) 32 Channel Hybrid DVR.NVR, 2TB HDD (spare), 1, JB; LI 020, 20 Open Market Phase II 1E236 (1) Catalyst 296OS - (WS-C2960S-24-TS-PS-L) - (2) GE SFP Transceiver - (GLCSX-MM) (1) 12U X 600mm Wall Mnt. Rack (RAC-12U-CAB-600), 1, JB; LI 021, 21 1D119 Electric Closet (1) Catalyst 296OS - (WS296OS-24PS-L) (2) GE SFP Transceiver (GLC-SX-MM), 1, JB; LI 022, 22 2B-118B (Urology) (1) Catalyst 296OS - (WS296OS-24PS-L) (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 023, 23 1B119 A New Pharmacy (1) Catalyst 296OS - (WS296OS-24PS-L) (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 024, 24 N2J114 Nursing Home 2nd Floor (1) Catalyst 296OS - (WS-C296OS-24TS-PS) - (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 025, 25 4B113A 4th Floor (1) Catalyst 296OS - (WS-C296OS-24TS-PS) - (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 026, 26 BB109A - Basement (1) Catalyst 296OS - (WS-C296OS-24TS-PS) - (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 027, 27 1D119A (ABC) Clinic (1) Catalyst 296OS - (WS-C296OS-24TS-PS) (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 028, 28 3C119 - Telephone Closet/Methadone (1) Catalyst 296OS - (WS-C296OS-24TS-PS) - (2) GE SFP Transceiver (GLC-SX-MM) 12u x 600mm Wall Mnt. Rack (RAC-12u-CAB-600), 1, JB; LI 029, 29 Phase II Total for Installation, 1, JB; LI 030, 30 Phase III - Control Room Video Wall (6) Titling Flat Panel Mount-(11104) (2) 24 Single Bay Chase-(56002) - (1) 72 Triple Bay chae- (56006) - 24 Chase Hinged Cover- (56042) - (1) 72 Chase Hinged cover-(56046) - (2) 45 Deg Corner Hinged Cover - (56053) - (1) End Frames Pair -(56061)- Intermediate Frame - (56062) - (5) Bottom Shelf - (56082) - (2) 45 degree Corner- (56183) - (4) Work Surface Sup Brkts Pair - (56262) - (10) Vented Door - (56302) -(1) Truform Side Panels Pair - (56520) - (2) 24 Comfort Edge Surface" (56642) - (1) 72 Comfort Edge Work Surf - (56646) - (2) 45 Cncve Comfort Edge Corner WS (56653) (2) Adjustable Upright - (6022) (2) 78 3/4 (45u) Rack 38- 3/8 "D" - (2) Vented Top Panel 78 34 Lckng side - 38 3/8"D" - (1) Pr (90168) - (2) 78 3/4 Locking Solid Door (2) 78 3/4 Locking Plexigias Door - (1) 34 Ten Outlet Electrical Assy - (1) 69 Ten Outlet Electrical Assy - (2) 1-1/2 x 1-1/2" Solid Black Duct" - (2) 2 x 2" Slotted Back Duct" - (2) Stock M-View Monitor Wall - (1) 2 Art Arm Mounts - 28.5 Post - (1) Central Mgt. Server, SW Lic - (2) Remote Work Station - (1) Video Wall System - (6) 46 inch LED Monitor 50,000 hr., 1, JB; LI 031, 31 Total for Installation, 1, JB; LI 032, 32 Phase IV - Pegasys P2000 Integration, 1, JB; 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, VHA NCO 05 - 512 - Baltimore, MD 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. VHA NCO 05 - 512 - Baltimore, MD 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA245-12-Q-0523/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20422
Zip Code: 20422
 
Record
SN02867535-W 20120906/120905001545-a72be3262bfd6514d1dc4e43ba6118dd (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 |
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.