Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 29, 2017 FBO #5880
MODIFICATION

70 -- VTC Upgrade

Notice Date
12/27/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Building 1001 761st Tank Battalion Ave, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-18-T-KB01
 
Response Due
1/19/2018
 
Archive Date
7/18/2018
 
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 W91151-18-T-KB01. 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. 904581. 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 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 2018-01-19 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544. The MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001: Cisco SX80, Precision 60 Cam, Touch, 1, EA; LI 002: Services, 1, EA; LI 003: Pwr Cord US 1.8m Black YP 12 To YC 12, 3, EA; LI 004: License key to activate sw encryption module, 1, EA; LI 005: Presentation cable w/audio, VGA/Jack to DVI/Phoenix, 1, EA; LI 006: 12.5 meter flat grey Ethernet cable for Touch 10, 1, EA; LI 007: Power Injector (802.3af), 1, EA; LI 008: Power Supply 12 VDC 40W, 1, EA; LI 009: 4 meter flat grey Ethernet cable for Touch 10, 1, EA; LI 010: Cisco TelePresence Precision 60 Camera auto expand only, 1, EA; LI 011: Touch 10 auto expand, 1, EA; LI 012: SX80 rack ears for auto expand only, 1, EA; LI 013: Cisco SX80 Codec, 1, EA; LI 014: SW Image for SX80, MX700, MX800, 1, EA; LI 015: Cisco SX80 Codec kit, 1, EA; LI 016: Pwr Cord US 1.8m Black YP 12 To YC 12, 1, EA; LI 017: Biamp Tesira Forte' TI AVB, 1, EA; LI 018: Biamp Tesira Expansion 16 logic input/output, 2, EA; LI 019: PHIHONG Gigabit PoE+ Injector, IEEE802.3af compliant, IEEE802.3at classi, 2, EA; LI 020: Condenser Boundary Microphone with push to talk and LED indicator, 4, EA; LI 021: 12" Gooseneck Desktop Push to talk microphones with LED indicator, 6, EA; LI 022: 2 Way Ceiling speakers, 112DB sensitivity, 140 degree dispersion pattern, 8, EA; LI 023: 2 channel professional series amplifier, 250 watts channel at 70V, 1, EA; LI 024: 75" 500Nit Edge Lit 4K UHD LED Commercial Display for Business, 2, EA; LI 025: 58" 4K UHD Display with Customer First 3 year warranty and quad view pr, 1, EA; LI 026: Chief Fusion Wall Tilt LTM1U Wall Mount for Flat Panel Display, 1, EA; LI 027: Chief Tilting Wall Mount, 2, EA; LI 028: Crestron 16 Port POE private switch, 1, EA; LI 029: Transition Networks 10/100/1000 Ethernet Media Converter Stand Alone, 1, EA; LI 030: CAT6 REMOTELY CONTROLLED LAYER 1 A/B SWITCH LATCHING, 1, EA; LI 031: Alpha LED Single Line signs to display room classification, 2, EA; LI 032: Control System, 1, EA; LI 033: 10.1 Touch Screen, Black Smooth without Camera or microphone, 1, EA; LI 034: Tabletop Kit for TSW 1060, Black Smooth, 1, EA; LI 035: Cisco Precision 60 Camera Extender Kit, 1, EA; LI 036: Crestron Wall Plate 4K DigitalMedia 8G+ Transmitter 100, White Textur, 4, EA; LI 037: Decorator Style Faceplate, 1 Gang, White Textured, 4, EA; LI 038: DigitalMedia 8G+ Transmitter 202 with 2HDMI input, 1 VGA input, and 1, 6, EA; LI 039: DM 8G+ Recevier & Room Controller W/Scaler, 3, EA; LI 040: 16 x 16 DigitalMedia Switcher /Red ndant Po er Supply, 1, EA; LI 041: 4K HDMI Input Card, 6, EA; LI 042: Crestron Output Card, 2, EA; LI 043: 2 Channel HDMIÂ Output Card for DMÂ Switchers, 1, EA; LI 044: DM 4K Dual HDMI Output, 1, EA; LI 045: Crestron DM8G+ INPUT CARD, 10, EA; LI 046: 6ft MicroFlex Pro AV/IT Series High Speed HDMI Cable with ProGrip, 4, EA; LI 047: 9ft MicroFlex Pro AV/IT Series High Speed HDMI Cable with ProGrip, 10, EA; LI 048: 10ft Pro AV/IT Advanced Series Series 24 AWG High Speed HDMI Cable wi, 15, EA; LI 049: 5 in 1 HDMI dongle, 4, EA; LI 050: 3ft Ultra Flexible High Speed HDMI Cable with Low profile connectors, 5, EA; LI 051: 6ft Ultra Flexible High Speed Cable with Low profile connectors, 15, EA; LI 052: 6ft Cat6 Snagless Unshielded (UTP) Network Patch Cable, 5, EA; LI 053: 10ft Cat6 Snagless Unshielded (UTP) Network Patch Cable, 5, EA; LI 054: 15ft Cat6 Snagless Unshielded (UTP) Network Patch Cable, 5, EA; LI 055: 10FT Shielded Cat6a premade patch cable, 2, EA; LI 056: 20FT Shielded Cat6a premade patch cable, 2, EA; LI 057: Cat6 Eight Conductor Modular Plug, Shielded, 50, EA; LI 058: RJ 45 Strain Relief Boots, 50, EA; LI 059: CAT6+ Shielded KeyConnect RJ45 female jack, 4, EA; LI 060: CAT6 Enhanced, Shielded, Plenum, spool in a box, Blue 500ft, 4, EA; LI 061: 500ft Belden 2C14 Plenum Speaker wire, 1, EA; LI 062: 500ft Belden 2C22 shielded audio and control cable, 2, EA; LI 063: 500ft Belden Cat6 UTP plenum network Cable Yellow, 1, EA; LI 064: Middle Atlantic 44 Space 25" Deep empty rack without rear door, 1, EA; LI 065: Solid Front Door, 44 RU Racks, 1, EA; LI 066: Additional Keys, Standard Front Doors, 1, EA; LI 067: Cable Entry Rear Door, 38 RU BGR Racks, 1, EA; LI 068: Solid Top ERK Series, 1, EA; LI 069: Caster Base, 25"D, ERK Series, 1, EA; LI 070: Rackrail, 10 32, 44 RU, ERK Series, 1, EA; LI 071: Slim Power Strip, 24 Outlet, 20A, 1, EA; LI 072: Lace Strip, 44 RU, 3.25"W, w/Tie Posts, 1 pc., 2, EA; LI 073: Middle Atlantic Shelving 2RU VENTED RACK SHELF, 3, EA; LI 074: 10 32 Rack Phillips Screw with Washers qty 100, 2, EA; LI 075: Middle Atlantic, EB1 CP12, EB1 contract pack, 12 pack, 1, EA; LI 076: Blank Panel, 2 RU, Steel, Flanged, 4, EA; LI 077: Blank Panel, 4 RU, Steel, Flanged, 4, EA; LI 078: Fan Kit, 190 CFM, Rear Doors, 1, EA; LI 079: PROPORTIONAL SPEED THERMOSTATIC FAN CONT, 1, EA; LI 080: Vent Blocker Kit, ERK 25" Deep, 1, EA; LI 081: Filter Kit, Rear Doors, 1, EA; LI 082: Middle Atlantic LBP 4A, 2, EA; LI 083: Middle Atlantic Products LBP 1A Horizontal Lacer Bar, 2, EA; LI 084: Vent Panel, 1 RU, Perforated, 64% Open Area, 3, EA; LI 085: POWER MODULE, 15A CONTROLLED MOD,CORD, 3, EA; LI 086: Chief Metal Stud Anchor Kit, 28 Anchors, 1, EA; LI 087: Miscellaneous material, 1, EA; LI 088: SurgeX UPS w Rack Mount Surge Eliminator and Remote, 120V/20A, 1U a, 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, MICC Fort Hood 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 Fort Hood 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. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is _334111________ with the related size standard of ______$32.5M____. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. 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 52.212-2, Evaluation- Commercial Items; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov. Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 days, after submission. No partial bids will be accepted. 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of clause) Instructions: In accordance with FAR Clause 52.237-1 Site Visit, this additional information is provided. Site visit will begin at Building 33026 RM 126 on 4 Jan 2018 at 9:00 am for initial inspection of VTC suite to view the VTC location. Potential offerers are responsible for obtaining visitor passes at the T. J. Mills Visitor Center entrance to Fort Hood. Allow yourself enough time to obtain a visitor pass and arrive at the site visit on time. (End of clause
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dcbf3c6c9aeaa401a61f7969ff053959)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544-5027
 
Record
SN04776613-W 20171229/171227230644-dcbf3c6c9aeaa401a61f7969ff053959 (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.