Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
MODIFICATION

77 -- Televisions and Mounts

Notice Date
9/22/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
2015 North 4th Street, Joint Base Lewis-McChord, WA 98466
 
ZIP Code
98466
 
Solicitation Number
PANMCC-17-P-0000-062926-01
 
Response Due
9/25/2017
 
Archive Date
3/24/2018
 
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
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number PANMCC-17-P-0000-062926-01. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 882073_05. Army CHESS Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing Army CHESS contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective Army CHESS contract AND upon approval from the soliciting contracting officer. This requirement is unrestricted 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 2017-09-25 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be JBLM, WA 98433. The MICC Joint Base Lewis McChord requires the following items, Brand Name or Equal, to the following: LI 001: LED Display/Television, LG Model 65LX540S, Specifications: Panel Size: 64.8" X 1646mm Commercial Grade, Static Panel Contrasts Ratio: 1,400:1, Frame Rate: 240Hz, Rs-232C 1 (D-sub 9pin), WxHxD: (w/o stand) 57.5"x33.4"x1.5", Universal Service Remote or Remote Compatible with LG., 18, EA; LI 002: LED Display/Television, LG Model 79UX340C,Specifications: Panel Size: 79" (78.57" diagonal), USB Cloning, Remote Diagnosis (Self Diagnosis, USB), Lock Mode, RJP Interface (Rs232C, HDMI), Resolution: 3840 x 2160(UHD), Frame Rate: TM240Hz, Castro Ratio: 1,400:1 viewing, Angle (HxV) 178" x 178", Universal Service Remote or Remote Compatible with LG., 4, EA; LI 003: LED Display/Television, LG Model 49LW540S, Specifications: Panel Size:(Measured Diagonally) 49" Class, Native Resolution: 1920 x 1080 (FHD), Brightness: 300 cd/m2 Static (Panel, Contrast Ratio: 1,200:1, Dynamic Contrast Ratio: (dynamic MCI(Hz)) 2,000,000, Frame Rate: 60Hz, Viewing Angle: (HxV) 178 Degrees x 178 Degrees, RS-232C (D-sub 9pin) (Control & Service), Remote Diagnosis, (USB) Lock Mode, (USB) cloning, Universal Service Remote or Remote Compatible with LG. Software compatibility : SuperSign Lite, SuperSign C, SuperSign Simple Editor, 2, EA; LI 004: Wall Mount, Chief Model LSM1U-G, Micro-Adjustable, Specification: Lateral Shift: 17.4" (441 mm), Manual Height Adjustment: 1" (25 mm), Wall Stud Compatibility (inches): 16" 32",Weight Capacity: 200 lbs. (91 kg),can be flexible as long as it has same degree of shift and weight capacity. TAA Compliant., 19, EA; LI 005: Wall Mount, Chief Model XCM1U Single Pole Flat Panel Ceiling, specifications: Tilt: +5 Degrees,-20 Degrees, typical Screen Sizes 60" to 90", Weight Capacity: 250 Lbs. (113 kg), Post Instillation leveling (roll),this one can be flexible as long as it has same degree of shift and weight capacity. TAA Compliant., 5, 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, MICC Joint Base Lewis McChord 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. The contractor shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Joint Base Lewis-McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. Procedures for commercial vehicle access to military installations are varied. To enter the installation, the Contractor should thoroughly comply with the access procedures of a respective installation. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the access procedures enforced by each military installation. The Contractor shall completely coordinate with the military installations and the delivery point of contacts. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) whom to notify if the supplies are found to be defective. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer. Acquisition of commercial information technology equipment/supplies shall comply with the current version U.S. Army Net Command s of ASC Technical Authority (TA) Implementation Memorandum. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets Or exceeds all minimum requirements as stated in the Request for Quotes. Questions concerning this quote must be submitted at least 3 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. (End of Instruction)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7182cc08373063b9b03a622489465024)
 
Place of Performance
Address: JBLM, WA 98433
Zip Code: 98433-5000
 
Record
SN04690838-W 20170924/170922231533-7182cc08373063b9b03a622489465024 (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.