Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2019 FBO #6508
SOLICITATION NOTICE

70 -- IT components

Notice Date
9/18/2019
 
Notice Type
Presolicitation
 
Contracting Office
SA-06A - 407, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1023931073
 
Response Due
9/19/2019
 
Archive Date
3/17/2020
 
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
Bids are being solicited under solicitation number 1023931073. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), 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.UnisonMarketplace.com and reference Buy No. 999526. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule 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 Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-19 12:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com.FOB Destination shall be Washington, DC 20522 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: INFORMATION TECHNOLOGY COMPONENTS - TV/Monitor 75-85inch for scheduling/metrics Model FW-75BZ35F Brand: Sony, 2, EA; LI 002: INFORMATION TECHNOLOGY COMPONENTS - Monitor 55inch for back room to monitor outputs Model: FW-55BZ35F Brand: Sony, 3, EA; LI 003: INFORMATION TECHNOLOGY COMPONENTS - Wall Mount for 39" top 80" displays Model: ST-660 Brand: Peerless AV, 5, EA; LI 004: INFORMATION TECHNOLOGY COMPONENTS - OG3GAM 8 Channel AES Embedder/ Disembedder Model: OG-3G-AM Brand: AJA, 1, EA; LI 005: INFORMATION TECHNOLOGY COMPONENTS - OG1X9SDIDA Distribution Amp Model: OG-1X9-SDI-DA Brand: AJA, 2, EA; LI 006: INFORMATION TECHNOLOGY COMPONENTS - OGXFR 2RU 20 Slot Frame Single Power Supply Model: OG-X-FR Brand: AJA, 2, EA; LI 007: INFORMATION TECHNOLOGY COMPONENTS - FiDO-2T Dual Channel SDI to Fiber Converter Transmitter Receiver Model: FiDO-2T Brand: AJA, 2, EA; LI 008: INFORMATION TECHNOLOGY COMPONENTS - 3GDA 1x6 3G/HD/SD Reclocking Distribution Amplifier Model: 3GDA Brand: AJA, 1, EA; LI 009: INFORMATION TECHNOLOGY COMPONENTS - Smart-UPS X 3000VA Rack/Power Model: SMX3000RMLV2U Brand: APC, 8, EA; LI 010: INFORMATION TECHNOLOGY COMPONENTS - Shogun Inferno #ATOMSHGIN2 Kit with G-Tech #0G052171, TB Master Caddy 4K, G-Tech # 0G05217 Master Caddy Series Reader, (1) ATOMPWRKT1 Power Kit for Atomos Monitors Recorders Model: ATSGI2EVK Brand: Atomos, 1, EA; LI 011: INFORMATION TECHNOLOGY COMPONENTS - SmartView 4K Model: HDL-SMTV4K12G Brand: Blackmagic, 2, EA; LI 012: INFORMATION TECHNOLOGY COMPONENTS - MultiView 4 HD Model: HDL-MULTIP3G/04HD Brand: Blackmagic, 4, EA; LI 013: INFORMATION TECHNOLOGY COMPONENTS - Videohub / WSC Smart Control Model: VHUB/WSC Brand: Blackmagic, 1, EA; LI 014: INFORMATION TECHNOLOGY COMPONENTS - Micro Converter - SDI to HDMI Model: BMD-CONVCMIC/SH/WPSU Brand: Blackmagic, 6, EA; LI 015: INFORMATION TECHNOLOGY COMPONENTS - Micro Converter - HDMI to SDI Model: BMD-CONVCMIC/HS/WPSU Brand: Blackmagi, 6, EA; LI 016: INFORMATION TECHNOLOGY COMPONENTS - Mini Converter UpDownCross HD Model: CONVMUDCSTD/HD Brand: Blackmagic, 4, EA; LI 017: INFORMATION TECHNOLOGY COMPONENTS - Broadband Indoor Distribution Amplifier Model: BIDA86B-43 Brand: Blonder Tongue, 1, EA; LI 018: INFORMATION TECHNOLOGY COMPONENTS - 24-Way Rack Mounted Splitter Model: DFCS-24 Brand: Blonder Tongue, 1, EA; LI 019: INFORMATION TECHNOLOGY COMPONENTS - ATSC-SDI 4i HDTV Tuner with SDI Model: 5111-001 Brand: Contem Res., 4, EA; LI 020: INFORMATION TECHNOLOGY COMPONENTS - HD2-RC IR optional remote Model: 5024-004 Brand: Contem Res., 4, EA; LI 021: INFORMATION TECHNOLOGY COMPONENTS - CT-3 Advanced Cable Tester Model: CT-3 Brand: dbx, 1, EA; LI 022: INFORMATION TECHNOLOGY COMPONENTS - Encoder Model: L025AE Brand: Elemental, 1, EA; LI 023: INFORMATION TECHNOLOGY COMPONENTS - Extended Warranty - Professional Services Model: L025AE-Support Brand: Elemental, 1, EA; LI 024: INFORMATION TECHNOLOGY COMPONENTS - BrightEye 57 3G/ HD/SD/Composite TSG and SPG with Audio Model: BE57 Brand: Ensemble Design, 1, EA; LI 025: INFORMATION TECHNOLOGY COMPONENTS - Cisco SG350-28MP 350 Series 28-Port PoE+ Managed Gigabit Ethernet Switch Model: SG350-28MP-K9-NA Brand: Cisco, 2, EA; LI 026: INFORMATION TECHNOLOGY COMPONENTS - AG 12G-SDI UHD 4K Distribution Amplifier (1:7) Model: DVD 1417 Brand: Lynx Technik, 1, EA; LI 027: INFORMATION TECHNOLOGY COMPONENTS - 12G-SDI, 15.6" IPS HDMI2.0 4K Rackmount Monitor Model: RM12G-1 Brand: Osprey Video, 4, EA; LI 028: INFORMATION TECHNOLOGY COMPONENTS - Samsung 860 PRO MZ-76P1T0E 1 TB Solid State Drive - SATAIII/600 Model: MZ-76P1T0E Brand: Samsung, 2, EA; LI 029: INFORMATION TECHNOLOGY COMPONENTS - Samsung C49J890DKN built in KVM Model: C49J890DKN Brand: Samsung, 2, EA; LI 030: INFORMATION TECHNOLOGY COMPONENTS - 34INCH 21.9DIAG CURVED MONITOR with 3-Sided Ultra-Narrow Bezel and SVA Panel Model: EX341R-BK Brand: NEC, 8, EA; LI 031: INFORMATION TECHNOLOGY COMPONENTS - 6TB 2-Bay Thunderbolt 2 Portable RAID Array (2 x 3TB) Model: PSZRA6T/BQ Brand: Sony, 2, EA; LI 032: INFORMATION TECHNOLOGY COMPONENTS - 43" BRAVIA 4K HDR Professional Display (replacement for FWD43X800E) Model: FW-43BZ35F Brand: Sony, 1, EA; LI 033: INFORMATION TECHNOLOGY COMPONENTS - Wall Mount for 39" top 80" displays Model: ST-660 Brand: Peerless AV, 1, EA; LI 034: INFORMATION TECHNOLOGY COMPONENTS - Stereo Headphones Model: MDR-7506 Brand: Sony, 4, EA; LI 035: INFORMATION TECHNOLOGY COMPONENTS - 6ft USB / PS2 Cable Kit for KVM Switches B020-U08 / U16 B022-U16 6' Model: P778-006 Brand: Peerless AV, 2, EA; LI 036: INFORMATION TECHNOLOGY COMPONENTS - 16-Port Rack Console KVM Switch 19" LCD PS2/USB Cables 1U - KVM console - 19" Model: B020-U16-19-K Brand: Tripplite, 2, EA; LI 037: INFORMATION TECHNOLOGY COMPONENTS - Red Pro Internal 6TB NAS Drives, 7200 RPM Class, SATA 6 Gb/s, 256 MB Cache, 3.5" Model: WD6003FFBX Brand: Western Digital, 16, EA; LI 038: INFORMATION TECHNOLOGY COMPONENTS - 3G/HD/SD-SDI 16-Channel Audio Monitor with Trim Control #8130-0400 Model: AMP1-16-M Brand, 2, EA; LI 039: INFORMATION TECHNOLOGY COMPONENTS - 3G/HD/SD-SDI 8-Channel Audio Monitor with Trim Control #8130-0450 Model: AMP1-8-M Brand: Wohler, 3, EA; LI 040: INFORMATION TECHNOLOGY COMPONENTS - LivePanel Download Code for TC1 Systems Model: NLPCC Brand: NewTek, 2, EA; LI 041: INFORMATION TECHNOLOGY COMPONENTS - On-Site TC1/LiveText/Graphics Training Model: TC-TRAINING Brand: WPS, 20, EA; LI 042: INFORMATION TECHNOLOGY COMPONENTS - SURFACE PRO 6 I7/8/256 SYST PLATINUM Model: LQH-00001 Brand: Microsoft, 1, EA; LI 043: INFORMATION TECHNOLOGY COMPONENTS - SURFACE USB-ETHERNET.COMMER ACCS Model: EJS-00002 Brand: Microsoft, 1, EA; LI 044: INFORMATION TECHNOLOGY COMPONENTS - SURFACE PRO TYPE COVER BLACK Model: FMN-00001 Brand: Microsoft, 1, EA; LI 045: INFORMATION TECHNOLOGY COMPONENTS - SURFACE MOBILE MOUSE BLUETOOTH ACCS PLATINUM Model: KGZ-00001 Brand: Microsoft, 1, EA; LI 046: INFORMATION TECHNOLOGY COMPONENTS - Pearstone 50' Cat5e Snagless Patch Cable (Orange) Model: # 00457 Brand: C2G, 10, EA; LI 047: INFORMATION TECHNOLOGY COMPONENTS - Pearstone 7' Cat5e Snagless Patch Cable (Orange) Model: # 00446 Brand: C2G, 20, 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. Department of State 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Sellers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Sellers require additional clarification, contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award. To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1023931073/listing.html)
 
Place of Performance
Address: Washington, DC 20522
Zip Code: 20522
 
Record
SN05449099-W 20190920/190918230905-bed4a8c804dc9020951a1c28e2323476 (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.