Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

58 -- AUDIO AND COMMUNICATION EQUIPMENT

Notice Date
4/1/2020 4:41:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920QG061
 
Response Due
4/8/2020 12:00:00 AM
 
Archive Date
10/05/2020
 
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
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 N0018920QG061 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 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. 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: 2020-04-08 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Washington, DC 20374 The FLC Norfolk - Groton requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Emotion LV1 64 ST Full Dynamics Brand Name Waves LV64D To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 002: SG Pro Show Bundle (51 plus Plug Ins) Brand Name Waves SGPB To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 003: Qualified Host (2U Half Rack) - Axis One Brand Name Waves AXIS To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 004: Extreme C - Half Rack - Waves Compatible Half Rack Server Brand Name Waves SGEXTC To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 005: Rack Shelf for Half-Rack Soundgrid Servers Brand Name Waves RKSHLF To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 006: DSPRO Stagegrid 4000 - 32 MIC XLR IN-16 Analog out Stagebox Brand Name Waves DSPSGRD To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 007: Display 24 Inch Brand Name Dell P2418HT To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 008: HDMI Cable 10 Foot Brand Name or Equal Startech HDMM10 To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 009: Q-Head Brand Name Waves CQ To Include Delivery FOB Destination to Washington, DC 20374-5054, 20, EA; LI 010: MIC Stand Adapter Brand Name Waves MSA To Include Delivery FOB Destination to Washington, DC 20374-5054, 20, EA; LI 011: Microphone Holder (Black) Brand Name Konig & Meyer 23800-500-55 To Include Delivery FOB Destination to Washington, DC 20374-5054, 20, EA; LI 012: S-Poe Brand Name Waves CS To Include Delivery FOB Destination to Washington, DC 20374-5054, 6, EA; LI 013: Netgear JGS516 - Waves SG Qualified Rackmount 16 Port Brand Name Waves 16PSW To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 014: 1000VA Smart Pro UPS Brand Name Tripp Lite SMART1000RM1U To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 015: Power Conditioner Brand Name Furman PLPLUSDMC To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 016: R and R Cases Easy Store Panel Style 16 Space Rack, 0.375 inch Casters Brand Name ESP16-30 To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 017: 4U Drawer with Keyed Lock Brand Name or Equal Middle Atlantic D4LK To Include Delivery FOB Destination to Washington, DC 20374-5054, 2, EA; LI 018: Powerlink - Output Box, NAC3MPA, NAC3MPB - Black Brand Name Whirlwind PL1-420-BK To Include Delivery FOB Destination to Washington, DC 20374-5054, 10, EA; LI 019: 6 foot 15 AMP Male Edison to Powercon, Brand Name Whirlwind NAC3-515P-006 To Include Delivery FOB Destination to Washington, DC 20374-5054, 10, EA; LI 020: CABLE - AC POWERCON, NAC3FCA TO NAC3FCB, 25 foot, W12-3 Brand Name Whirlwind NAC3-025 To Include Delivery FOB Destination to Washington, DC 20374-5054, 10, EA; LI 021: Coupler, Powercon, Neutrik Brand Name Whirlwind NAC3MM To Include Delivery FOB Destination to Washington, DC 20374-5054, 10, EA; LI 022: 25 Foot Blue CAT6A Snagless Cable Brand Name or Equal Cables to Go 00703 To Include Delivery FOB Destination to Washington, DC 20374-5054, 24, EA; LI 023: 50 Foot CAT6A Snagless Unshielded Ethernet Patch Cable, Blue Brand Name or Equal Cables to Go 50877 To Include Delivery FOB Destination to Washington, DC 20374-5054, 12, EA; LI 024: 3 Foot CAT6A Snagless Unshielded Ethernet Network Cable, Blue Brand Name or Equal Cables to Go 00691 To Include Delivery FOB Destination to Washington, DC 20374-5054, 12, EA; LI 025: RJ45 to Ethercon CAT6A Shielded Cable, 3 Foot Brand Name Whirlwind RJ45-ENC6A-3 To Include Delivery FOB Destination to Washington, DC 20374-5054, 6, EA; LI 026: Cable, Microphone MK Series, XLRF to SLRM, 25 Foot Brand Name Whirlwind MK425 To Include Delivery FOB Destination to Washington, DC 20374-5054, 60, EA; LI 027: Mic Stand W-Tele Boom Brand Name Konig and Meyer 2109050055 To Include Delivery FOB Destination to Washington, DC 20374-5054, 24, EA; LI 028: Microphone Stand, Short W-Boom Brand Name Konig and Meyer 25900-500-55 To Include Delivery FOB Destination to Washington, DC 20374-5054, 12, EA; LI 029: Quick Release Mic Stand Adapter Brand Name Atlas Soundolier QR-2 To Include Delivery FOB Destination to Washington, DC 20374-5054, 36, EA; LI 030: Dual Driver Earphone W-Detachable Cable, Clear Brand Name Shure SE425-CL To Include Delivery FOB Destination to Washington, DC 20374-5054, 20, EA; LI 031: Shipping FOB Destination to Washington, DC 20374-5054, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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, FLC Norfolk - Groton 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, 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 Offerers 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334310 and the Small Business Standard is 750 Employee. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) 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. Submissions can be sent 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 CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0fa50332775a4469af7fd905137a8b6b/view)
 
Place of Performance
Address: Washington, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN05607446-F 20200403/200401230145 (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.