Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

70 -- IPS Container

Notice Date
2/13/2020 4:12:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
F2Y18A0024AW01
 
Response Due
2/18/2020 8:59:59 PM
 
Archive Date
08/16/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 F2Y18A0024AW01 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 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-02-18 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. 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: Trusted Systems GSA Class 5 IPS Container, 28Hx27Wx45D, 1,145 lbs empty, X10 lock, forced air cooling system, 115VAC, one secured cable portal, Power strip (5 outlet, 15ft cord, NEMA 5-15), Model #TSM281WDFC, Brand name or equal., 2, EA; LI 002: 19"" Roll-out Frame Assy, TSM281 Series, 50"" Service Tracks, 13U, 25""D, Model #TSM2513U-RF, Brand name or equal., 2, EA; LI 003: Secured Cable Entry Portal for Red/Black Separation, Model #TSM444-BCB, Brand name or equal., 2, EA; LI 004: Thermostatic Fan Controller, 115V AC Fans, Model #TSM-AC-TFC, Brand name or equal., 2, EA; LI 005: Enlarged Cable Entry Portal for High Cable Counts (up to 144 Cat5), TSM281/521/621 models only, Model #TSM511-ECB, Brand name or equal., 2, EA; LI 006: Additional Cable Management Return Reel for Roll-out Rack Assy, Model #TSMRF-CMRR, Brand name or equal., 2, EA; LI 007: 1U Rack-Mount Power Strip, 120V, 15A, 12 outlets 5-15R (6 front / 6 rear, Right-Angled), 15-ft. Cord 5-15P, Model #TS-RS1215-RA, Brand name or equal., 2, EA; LI 008: Fixed Shelf for 19"" Rack, telescoping design fits 20-36"" deep racks, 100 lb Capacity, 1U, Model #TSM192036-FSF, Brand name or equal., 4, EA; LI 009: Laptop Slide Tray for 19"" Rack, 45lb capacity, 1U x 24""D, with cable management arm, Model #TSM1924LT-SLSF, Brand name or equal., 12, EA; LI 010: Cable Management Bar, Model #TSM1U-CMB, Brand name or equal., 8, EA; LI 011: SIPRGuard Biometric Controller, desktop two-factor activation module (PIN & Fingerprint) with OFF button and motion sensor auto time-out, Model #TSSPG-BC, Brand name or equal., 2, EA; LI 012: SIPRGuard ON/OFF KVME Gateway Module, I/O connections: 1x HDMI, 1x USB-A, 1x Ethernet, 15ft output cable set, Model #TSSPG1-EXP, Brand name or equal., 12, EA; LI 013: SIPRGuard 1U Rack Mount Shelf with cable restraint, Model #TSSPG-RMK1U, Brand name or equal., 8, EA; LI 014: One (1) Year TrustedCare� Maintenance Services Plan for SIPRGuard Biometric Controller and one Gateway Module, Model #TSM1YRTC-SPG-BC, Brand name or equal., 2, EA; LI 015: One (1) Year TrustedCare� Maintenance Services Plan for expansion SIPRGuard Gateway Module, Model #TSM1YRTC-EXP, Brand name or equal., 10, EA; LI 016: 3U Rack Mounted Internal Security Door with hasp for S&G 8077 padlock (padlock not included), clear window, Model #TSM3U-RMSD, Brand name or equal., 2, EA; LI 017: S&G 8077 Padlock for PDS Junction Box, Model #TSM8077-PDLK, Brand name or equal., 2, EA; LI 018: 30ft Output Cable Set for SIPRGuard on/off KVME gateway (HDMI/USB/Ethernet), includes DVI and DisplayPort adapters, replaces standard 15ft cable set, Model #TSSPG1-30CS, Brand name or equal., 6, EA; LI 019: 50ft Output Cable Set for SIPRGuard on/off KVME gateway (HDMI/USB/Ethernet), includes DVI and DisplayPort adapters, replaces standard 15ft cable set, Model #TSSPG1-50CS, Brand name or equal., 6, EA; LI 020: Cable Floor Covering - Per Linear Foot, Model #TSM-CBL-FLR-CVR, Brand name or equal., 50, EA; LI 021: Installation of Two (2) Trusted Systems SIPRGuard Secure on/off Gateway Systems and (12) Expansion Gateway Modules into Two (2) Trusted Systems TSM281WD IPS containers at JBLM, WA (McChord Field), Model #TSMUG-INST1-HC., 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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 Joint Base Lewis McChord 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. Quotes MUST be valid for 30 days after Request for Quote/solicitation�s closing date. Questions concerning this solicitation 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. 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/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20f89ebd7466493da81596b92fc47826/view)
 
Place of Performance
Address: JBLM, WA 98433-5000, USA
Zip Code: 98433-5000
Country: USA
 
Record
SN05562189-F 20200215/200213230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.