Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

D -- display monitors for video wall - Video Wall SOW

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
515120 — Television Broadcasting
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
NBICWALL-13-Q-655
 
Archive Date
9/10/2013
 
Point of Contact
Antionette E. Walker, Phone: 2022546779, Tracy C Miller, Phone: 202-254-2333
 
E-Mail Address
antionette.walker@hq.dhs.gov, tracy.c.miller@hq.dhs.gov
(antionette.walker@hq.dhs.gov, tracy.c.miller@hq.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DHS 4300A Video Wall SOW This is a combined/synopsis/solicitation for commercial items prepared in acccordance with the format in Supart12.6, as supplemented with additional information included in this notice. The solicitation number is NBICWALL-13-Q-655 and the name of the system is NBIC Common Operational Picture (COP) System. This requirement is issued as a Request For Quote (RFQ). Proposals are being requested and a written solicitation will not be issued. The acquisition is a Small Business Set-Aside. The type of contract is a firm fixed price. The solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 2005-66. The NAICS Code for this requirement is 515120. The Department of Homeland Security has a requirement for a Video Wall System which will include monitors and a video wallcontroller capable of customizable programming and a comprehensive signal distribution design that meets the operational requirements of the NBIC. The video display system shall meet at minimum all requirements described in this document. This requirement intends to procure display monitors and a video wall controller capable of technical integration, programming, and a comprehensive signal distribution design that meets Information Assurance requirements along Custom Touch Control programming tailored to the operational workflow of the rooms. The display monitors must be controlled by a video wall controller. These display monitors, which will be used in the context of an Operations Center, must be "edgeless" or near edgeless, so as to function (with the video controller) as an integrated system, and not as a collection of independent montitors. The Video Wall mounting system must meet the following specifications as listed in the attached Statement of Work (SOW). Please see Attached Statement of Work (SOW) for details. The selected offer must comply with the following commercial items and conditions, which are incorporated herein by reference FAR 52.212-1 Instructions to Offeror-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 52.212-5Contract Terms and Conditions Required to Implement statutes or Executive orders-Commercial item, paragraph (a) and the following clauses in paragraph (b); 52.219-6; 52.219-28, 52.223-3, 52.222-19, 52.222-21, 52.222-26, 52.223-26, 52.222-35, 52.222-37, 52.225-1, 52.225-13, 52.232-33. The following FAR clauses are also incorporated, FAR 52.222-25, Prohibition on Engaging in Sanctioned Activites relating to Iran, FAR 52.225-3 Buy American Act-Supplies. Received responses shall be evaluated as to whether or not they have demonstrated the ability to meet the needs of the Government as indicated: 1.A Technical Management Approach: solution is delivered as requested in the statement of work (SOW), including all software, services, and warranties, 2. Past Performance; A. Materials are delivered accurately to what was requested B. Competitive Pricing C. Billing is accurate, complete and done in a timely manner 3. Other factors; A. All instructions in the SOW are followed, especially as to specifications. Quotes will be evaluated on a lowest priced technically acceptable (LTOP)basis. All quotes should include contractor administrative data: (1) Commercial and Government entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS) ; (3) Past performance references; and (4) Tax identification number (TIN). PLEASE NOTE: All vendors must be registered in System for Award Management (SAM) prior to receiving a contract award. The contractor can register in SAM at https://www.sam.gov All vendors must include sufficient project management and installation hours to ensure a complete and successful integration Vendor must submit as built documentation after the installation including line drawings, rack evaluations, I/O diagrams, and any other pertinent as built drawings Complete installation should not take any more than two(2) weeks. The video wall must be delivered and installed as turn-key, pre-configured and performance optimized system. All equipment and software shall be delivered, assembled, configured, and tested to be fully operational by the Contractor. All questions must be received by the Contract Specialist Antionette.Walker@hq.dhs.gov by email NLT 3:00p.m. EST August 12, 2013Questions received timely will be responded to NLT 3:00p.m. EST August 16, 2013. All quotes must be received NLT 3:00p.m. EST on August 26, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/NBICWALL-13-Q-655/listing.html)
 
Place of Performance
Address: 1120 Vermont Ave., 6th Floor Room 6110, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN03138721-W 20130808/130806235718-92644e85338a054042a24a2588200242 (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.