SOLICITATION NOTICE
58 -- Teradek Cube 105 HD-SDI Encoder
- Notice Date
- 1/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 7701 N. Stemmons Freeway, Dallas, TX 75247
- ZIP Code
- 75247
- Solicitation Number
- VHQ54SPC003
- Response Due
- 2/10/2014
- Archive Date
- 8/9/2014
- Point of Contact
- Name: Mario Curiel, Title: Contracting Officer, Phone: 2149055451, Fax: 2149055568
- E-Mail Address
-
mario.curiel@dhs.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 VHQ54SPC003 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 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 2014-02-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Lorton, VA 20598 The DHS Immigration and Customs Enforcement (ICE) requires the following items, Brand Name or Equal, to the following: LI 001: Teradek Cube 105 HD-SDI Encoder---(CUBE 105)-------- Brand Name or Equal - Salient characteristics: 2.0 MP High Resolution Encoder, HD/SDI - SDI Input, Duplex audio, Streams to Decoder/Website/Computer, Video display integrated on product, Less than 8 lineal inches, RJ-45 Port, 12VDC and 120VAC compatible. Power cord and/or transformer to be included with encoder. Must be fully compatible with Canon C300 Cameras and able to be mounted on the Canon hot shoe interface. Must accept the HD/SDI - SDI video output, 200, EA; LI 002: Optin to purchase up to 200 additional encoders: Teradek Cube 105 HD-SDI Encoder----------- Brand Name or Equal - Salient characteristics: 2.0 MP High Resolution Encoder, HD/SDI - SDI Input, Duplex audio, Streams to Decoder/Website/Computer, Video display integrated on product, Less than 8 lineal inches, RJ-45 Port, 12VDC and 120VAC compatible. Power cord and/or transformer to be included with encoder. Must be fully compatible with Canon C300 Cameras and able to be mounted on the Canon hot shoe interface. Must accept the HD/SDI - SDI video output (Option to purchase from 1 to 200 additional encoders same as item 001 within one year from date of award), 200, 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, DHS Immigration and Customs Enforcement (ICE) 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. DHS Immigration and Customs Enforcement (ICE) 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. Delivery must be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery of 200 encoders after it receives a purchase order from the buyer. If option is exercised,delivery for additional encoders must be within 90 days of option execution Partial shipments are permitted. However, ALL encoders must be deliver within 90 days ARO. 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): 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards;52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Representations; 52.222-3,Convict Labor; 52.222-19,Child Labor-Cooperation with Authorities and Remedie; 52.222-21, Prohibition of Segregated Facilities; 52.226-26, Equal Opportunity; 52.222-37, Employment Reports on Veterans; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-5, Trade Agreements; 52.225-13 Restrictions to Certain Foreigh Purchases; 52.232-34 Payment by Electronic Funds Transfer-Other than Centrat Contractor Registration; 52.211-6, Brand Name or Equal. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. HSAR CLAUSES - 3052.205-70, Advertisements, Publicizing, and Releases and 3052.242-72, Contracting Officer's Technical Representative. HSAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM TO HAVE A QUOTE CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, FOR BRAND NAME OR EQUAL BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS! FAILURE TO PROVIDE THIS INFORMATION MAY RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote MUST be good for 30 calendar days after close of Buy. 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Questions shall be submitted no later than February 4, 2014 @ 11:00 AM EST. Questions received after the aforemention date and time may not be answered by the Government. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if it quotes the Brand name encoder or the equal that contains all the salient characteristics in item 001 and can deliver items within 90 days ARO. In addition to providing pricing at www.FedBid.com for this RFQ, each Offeror must provide any required, NON-PRICING responses (e.g. technical specifications) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are quoting for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers by the end date and time of this RFQ. FAILURE TO DO THIS MAY RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. This information is REQUIRED in order for a sellers quote to be deemed 'responsive' and to be considered for award. FAR 52.211-6
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/VHQ54SPC003/listing.html)
- Place of Performance
- Address: Lorton, VA 20598
- Zip Code: 20598-5118
- Zip Code: 20598-5118
- Record
- SN03272836-W 20140125/140123234321-9811837d8b0f8c0077dcc23534e17bd7 (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 |