Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2015 FBO #4876
SOLICITATION NOTICE

63 -- VIDEO EQUIPMENT - Attachment II - Package #2 - Attachment I - Exhibit 1

Notice Date
3/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-15-Q-Y61B4420009
 
Archive Date
4/28/2015
 
Point of Contact
Robert Orofino, Phone: 410-762-6503, William H. Torfason, Phone: 410-762-6325
 
E-Mail Address
Robert.R.Orofino@uscg.mil, William.H.Torfason@uscg.mil
(Robert.R.Orofino@uscg.mil, William.H.Torfason@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification FAR 52.212-3 (Mar 2015) Preparation for delivery and payment of CG Yard Orders. FAR 52.212-5 (Mar 2015) The USCG Surface Forces Logistics Center has a requirement to procure the following: 1) PELCO Sarix IME119-1VS series minidome 1MP 30IPS camera with Surevision. Part No: IMP1110-1ES Quantity: 1 each 2) PELCO 2RU DS 3TB Network Video Recorder Server. Part No: DSSRV-030-US Quantity: 2 each 3) PELCO Wall Mount for Spectra PTZ camera. Part No: IDM4012SS Quantity: 4 each 4) PELCO Spectra S5230-ESG1 HD 1080p 30X stainless environmental PTZ dome camera. Part No: S5220-ESG1 Quantity: 4 each 5) PELCO WCS4-20B PTX CAMERA POWER SUPPLY, 20 AMP, 4 BREAKER. Part No: WCS4-20B Quantity: 1 each 6) PELCO DISPLAY, 24" HIGH DEFINITION. Part No: PMCL524FL Quantity: 3 each 7) PELCO CEILING MOUNT FOR 24' MONITOR. Part No: PMCL-CM Quantity: 1 each 8) PELCO WALL MOUNT FOR 24" MONITOR. Part No: PMCL-WM Quantity: 2 each 9) PELCO IP CAMERA LICENSE. Part No: DS-SW-CAM Quantity: 7 each 10) AMERICAN FIBERTEK MTX-USB2.0 FIBER EXTENDER MODULE TX. Part No: MTX-USB2.0 Quantity: 1 each 11) AMERICAN FIBERTEK POWER SUPPLY FOR MTX-USB2.0 EXTENDER MODULE. Part No: PS-5V/1.3A Quantity: 1 each 12) AMERICAN FIBERTEK MRX-USB2.0 FIBER EXTENDER MODULE RX. Part No: MRX-USB2.0 Quantity: 1 each 13) AMERICAN FIBERTEK POWER SUPPLY FOR MRX-USB2.0 FIBER EXTENDER MODULE. Part No: PS-5C Quantity: 1 each 14) AMERICAN FIBERTEK AFI SM24P-POE MANAGED 24 PORT ETHERNET SWITCH. Part No: SM24P-POE Quantity: 1 each 15) LIFESAFETY POWER MIDSPAN 16 PORT POE SWITCH. Part No: NPR500-16M Quantity: 1 each 16) SENECA DIGITAL SECURITY XVIEW 300 RACKMOUNT COMPUTER WORKSTATION. Part No: XVIEW300 Quantity: 1 each 17) APC POWER DISTRIBUTION UNIT (PDU), BASIC, 1RU, 20A, 120V. Part No: AP9563 Quantity: 1 each 18) APC 3000 UNINTERRUPTIBLE POWER SUPPLY (UPS), SHIPBOARD. Part No: SU3000RMX93 Quantity: 1 each 19) BLACK BOX 3D HDMI CATx EXTENDER. Part No: VX-HDMI-TP3D40M Quantity: 1 each 20) ACCELL ULTRA VIDEO USB2.0 TO DVI/VGA VIDEO ADAPTER WITH POWER SUPPLY. Part No: J130B-001B Quantity: 1 each 21) LOGITECH USB KEYBOARD Part No: 920-002478 Quantity: 1 each 22) LOGITECH USB MOUSE Part No: 910-001439 Quantity: 1 each 23) BLACK BOX HDMI EXTENDER Part No: EVHDMI01T-001M Quantity: 1 each 24) EMCOR SERIES 10 FRAME RACK WITH DOOR Part No: AS-140210-00 Quantity: 1 each FOB Destination delivery is desired on or before May 1, 2015. See Attachment III If GSA pricing is available please provide along with GSA contract number. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80 (March 2015), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Any resulting Purchase Order will be awarded utilizing Simplified Acquisition Procedures. It is anticipated that a non-competitive sole source purchase order, for brand name only, will be awarded as a result of this combined synopsis / solicitation. It is the Government's belief that only parts with the brand names described in the above schedule are compatible with our existing equipment. (J&A is attached see Exhibit 1) The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (April 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2015) with Alternate I (This clause is included as Attachment I of solicitation). Quoter(s) must include a completed copy of FAR 52.212-3 with their quote. The quoter shall supply at least three (3) contracts completed during the past three years or currently in process for the same or similar items as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The quoter shall provide & include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the quoter may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the quoter if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2015). (This clause is included as Attachment II of solicitation) Quoters may obtain full text versions of the above mentioned clauses and provisions electronically at www.arnet.gov.far All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers; be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-Y61B4420009/listing.html)
 
Record
SN03683011-W 20150401/150330234858-40b87539ffc2cd3a366ded2803de40aa (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.