Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

70 -- VTC Suite

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 1001 761st Tank Battalion Ave., Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-18-T-MG11-01
 
Response Due
1/23/2018
 
Archive Date
7/22/2018
 
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
Total Small Business
 
Description
CANCELLATION 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 W91151-18-T-MG11-01 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 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-96 with a small business size standard of 1,000.00 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 2018-01-23 16:00:00.0 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: 215C Tri Color LED Display-1line-2.1' Text, 6, EA; LI 002: V Style Mod Rack mount tray. 5 1/4" depth, no fill plate, 1U, 4, EA; LI 003: V style module rack mounting tray with fill RMK-Fill-1U plate, 3, EA; LI 004: 10x4 all in one presentation switcher with NX control, 2x25W, 8 Ohm, 2, EA; LI 005: DXLink HDMI Receiver Module, 4, EA; LI 006: DXLink Multi-format transmitter Module, 4, EA; LI 007: ICSLan serial interface 2 port, 2, EA; LI 008: 10.1' Modero X series G5 Tabletop touch panel, 2, EA; LI 009: NetLinx NX integrated controller, 2, EA; LI 010: Gigabit PoE ethernet switch, 2, EA; LI 011: 12x8 Digital Audio server with acoustic echo cancellation on input POTS, 2, EA; LI 012: Dual IP isolation Switch, 2, EA; LI 013: Brand name or equal Cisco Teleconferencing sytem SX80 Codec, 2, EA; LI 014: SX80 Multi Site coverage, 2, EA; LI 015: Brand name or equal Cisco Unified Comms Essential Operating CON-ECDN-C- Service 8x5XNBD, 2, EA; LI 016: series 2 cables access for audio video, 4, EA; LI 017: two output hdmi da, 2, EA; LI 018: flat field ceiling speaker 2x2 pair, 6, EA; LI 019: rack shelf kit 3" deep products, 2, EA; LI 020: universal rack shelf kit for 9.5" deep p, 2, EA; LI 021: four input usb switcher with host, 2, EA; LI 022: usb extender plus- receiver, 4, EA; LI 023: usb extender plus series twisted pair, 4, EA; LI 024: single channel 200 watt amplifer 70v out, 2, EA; LI 025: C5 camera mount, 2, EA; LI 026: c5 series credenza frame 31" deep, 3 bay, 2, EA; LI 027: c5 wood kit 3 bay 31 d 32 h sota solid, 2, EA; LI 028: mount 2 monitors up to 90" from floor to, 2, EA; LI 029: COMP-Cool cooling unit, 6, EA; LI 030: LCD monitoring command desk, 48" dark cherry color, 2, EA; LI 031: proximity series mounting plates, 4, EA; LI 032: 80" LED backlit commercial grade display, 4, EA; LI 033: ceiling array microphone, available in white, black and aluminum finish, 4, EA; LI 034: rack mount surge eliminator/power conditioner 1RU, 9 outlet, 15A, with remote, advanced series mode, CouVs, ICE, EMI/RFI, 8, EA; LI 035: Av Bridge conference high definition media streaming solution, 2, EA; LI 036: RoboShot 12 PTZ camera QCCU system, 2, EA; LI 037: High black leather swivel chair, 40, EA; LI 038: T3600 Front Sec on only, 2, EA; LI 039: T3600 36RR foot section, 2, EA; LI 040: EXT42 Table Extension, 4, EA; LI 041: 22"HD Touch screen and Digital Graphic Engine, 2, EA; LI 042: in celing subwoofer, 4, EA; LI 043: QT conference room edition, 1, EA; LI 044: 70" professional class display, 1, EA; LI 045: Large Display Mount, 1, EA; LI 046: miscellanous hardware and supplies, 1, EA; LI 047: installation, 1, EA; LI 048: system engineering, 1, EA; LI 049: control system programming, 1, EA; LI 050: documentation, 1, EA; LI 051: electrical, 1, EA; LI 052: shipping, 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. An Offeror 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 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. 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. 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 90 days, after submission. No partial bids will be accepted. The applicable NAICS code for this procurement is ___334111______ with the related size standard of __750 Employees________. 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. 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 14010 on 16 January 2018 at 10:00 am for initial inspection of VTC suite. Site visit will then move to Building 14024, to view where the second VTC suite shall be set up. 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/986cea331cc497bc5535cf059b69035e)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN04787285-W 20180113/180111230856-986cea331cc497bc5535cf059b69035e (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  © 1994-2020, Loren Data Corp.