Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
MODIFICATION

77 -- Audio & Visual Equipment

Notice Date
7/6/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
NAVSUP FLC San Diego, San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N00244-15-T-0163
 
Response Due
7/9/2015
 
Archive Date
1/5/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, 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, as supplemented with additional information included in this notice.The solicitation number is N00244-15-T-0163 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. 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 quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-09 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Brand Name or Equal, to the following: LI 001: 60" LED HDTV, 1080p, Smart TV, 120Hz, 3, EA; LI 002: 70" LED HDTV, 1080p, Smart TB, 120Hz, 1, EA; LI 003: Tilting Wall Mounts with full swing for 60-70" TVs, 4, EA; LI 004: 6'x4' Double sided Markerboard w/casters, 1, EA; LI 005: Tannoy Di8DC 8001 surface mount speakers w/k-Ball Pre-wired fully adjustable multi-angle speaker brackets, 6, EA; LI 006: Crestron DM-MD8x8 Digital Media Switcher, 1, EA; LI 007: Crestron DMC-C Digital Media 8GB+ Input Cards, 2, EA; LI 008: Crestron DMC-4K-HD 4K HDMI Input Cards, 2, EA; LI 009: Crestron DMC-VGA/Video Input Cards, 2, EA; LI 010: Crestron DMC-4K-CO-HD 2 channel 4K Digital Media 8G+ Output Cards, 3, EA; LI 011: Crestron DM-RMC-SCALER-C Digital Media 8G+ Receiver & Room Controllers, 4, EA; LI 012: Crestron DM-TX-200-C-2G-W-T Wall Plate Digital Media 8G+ Transmitters, 2, EA; LI 013: Crestron DM-PSU-8 Port PoDM Power Supply, 1, EA; LI 014: Crestron DMC-HDO 2 channel HDMI Output Card, 1, EA; LI 015: Crestron CP3N 3 Series Processor with Dual Network, 1, EA; LI 016: Crestron TSW-750-B-s 7" Touch Screen Black, 1, EA; LI 017: Crestron HD Video Scaler, 1, EA; LI 018: Biamp Tersiraforte AVB VI DSP w/VOIP, 1, EA; LI 019: Crown DCI 2/300N Amplifier, 1, EA; LI 020: Audix MG18 18" Flexible Gooseneck Podium Microphone, 1, EA; LI 021: Sacom USA DS88-E-N-C-N-U-M915 8CH Receiver w/8-Bay Charging Station, 1, EA; LI 022: Sacom USA DS80-C-O-C-N-U-M915 Conference Table Transmitters, 7, EA; LI 023: Sacom USA DS80P-12-C-C-N-U-M91 Podium Transmitter, 1, EA; LI 024: Middle Atlantic L5-TURFR-33 Lectern, 1, EA; LI 025: Middle Atlantic L5-TKITM-33 Aged Cherry Finish, 1, EA; LI 026: Middle Atlantic L5TASKLIGHT18 Gooseneck Light 18" w/dimmer, 1, EA; LI 027: Middle Atlantic L5-SHOC-XLR-S Shockmount Microphone Holder, 1, EA; LI 028: Middle Atlantic L5CUSTPNL-33 Custom Presenter Panel w/cutout for Touch Screen, 1, EA; LI 029: Middle Atlantic L5-CLOCKTIMER4 4" Clock Timer, 1, EA; LI 030: Middle Atlantic Custom VTC Connection Plate, 1, EA; LI 031: Cisco SLM2024PTG-NA SG200-26P Managed PoE Switch 24x, 1, EA; LI 032: All Cables, connectors, cable pathways, and installation materials, 1, lot; LI 033: Installation to include: installation, programming, and 1 year service to be performed in accordance with the installation instructions, 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, FLC - San Diego 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150602. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334310 and the Small Business Standard is 750. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability/Specifications of equipment - A technically acceptable offer will meet all requirements within the equipment list (ii) Past Performance - Contractor to provide two references for similar installations performed within the past 3 years. (iii)Price A site visit has been scheduled for 26 June 2015 at 09:00am at Navy Trauma Training Center. Interested parties must email Patty Cruz at patricia.t.cruz4.civ@mail.mil and CC Ryan Brown at ryan.m.brown6@navy.mil no later than 5:00pm PST 25 June 2015. Emails must include company name and the name of individual(s) attending the site visit. A response from Patty will include directions to the site. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-18 Availability of Funds 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Safeguarding of Unclassified Controlled Technical Information Notice of Total Small Business Set-Aside Combating Trafficking in Persons Energy Efficiency in Energy-Consuming Products Service Contract Labor Standards Statement of Equivalent Rates for Federal Hires Agency office of the Inspector General Representation Relating to Compensation of Former DoD Officials Prohibition of Hexavalent Chromium Wide Area WorkFlow Payment Instructions Supply Chain Risk Instructions to Offerors - Commercial Items Offeror Representations and Certifications Contract Terms and Conditions - Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-15-T-0163/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03786447-W 20150708/150706234707-3f81d446410c20258ab1ec991804c456 (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.