Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOLICITATION NOTICE

58 -- 58--VTC Refresher

Notice Date
6/17/2021 8:58:31 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
N0018921Q0248_01
 
Response Due
6/23/2021 10:00:00 AM
 
Archive Date
12/20/2021
 
Point of Contact
Name: Amber Geusic, Title: Contract Specialist, Phone: 7574431157, Fax: , Email: amber.geusic@navy.mil;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
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 N0018921Q0248_01 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 2021- 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 unrestricted 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: 2021-06-23 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Norfolk, VA 23551 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001: Christie Digital SUHD651-L 65� secure flat panel display. See attached Item Descriptions List for additional details., 2, EA; LI 002: Christie Digital SUHD751-P 75� secure flat panel display. See attached Item Descriptions List for additional details., 1, EA; LI 003: Christie Digital DHD1075-GS 10,000 ISO / 8,800 ANSI Lumen, 1920x1080 HD projector. See attached Item Descriptions List for additional details., 1, EA; LI 004: Zoom lens compatible with Christie Digital DHD1075-GS 10,000 ISO / 8,800 ANSI Lumen, 1920x1080 HD projector to fill a 16� x 9� screen at a 20� throw distance. Lens MUST be compatible with Projector listed in item number 003., 1, EA; LI 005: Cisco CS-KITPLUS-NR++ Codec Plus � TAA, NO RADIO. See attached Item Descriptions List for additional details., 8, EA; LI 006: Crestron RMC3 compact Control System. See attached Item Descriptions List for additional details., 1, EA; LI 007: Crestron TS-1070-GV-B-S 10.1� Tabletop Touch Screen, Government Version, Black Smooth. See attached Item Descriptions List for additional details and attached brand name justification., 5, EA; LI 008: Crestron C2N-H Block Multi-type Cresnet Distribution Block. See attached Item Descriptions List for additional details., 3, EA; LI 009: Crestron SSC-102-EL Room Availability Hall Way Sign. See attached Item Descriptions List for additional details., 6, EA; LI 010: Crestron SSW-102-EL Room Availability Hall Way Sign. See attached Item Descriptions List for additional details., 4, EA; LI 011: Crestron AMP-2210T 2x210W Commercial Power Amplifier, 4/8? or 70/100V. See attached Item Descriptions List for additional details., 4, EA; LI 012: Extron DXP 1616 HD 4K PLUS 60-1497-21 Digital and Analog Multi-Plane Modular Matrix Switcher. BRAND NAME REQUIRED. See brand name justification and Item Description List attached below for additional details., 4, EA; LI 013: Extron 60-1472-12 Twisted Pair Extender Transmitter for USB Peripherals. See attached Item Descriptions List for additional details., 4, EA; LI 014: Extron 60-1472-22 Twisted Pair Extender Receiver for USB Peripherals. See attached Item Descriptions List for additional details., 4, EA; LI 015: Extron HDMI PRO P/50 26-726-50 50� HDMI Premium High Speed Optical Cables � Plenum. See attached Item Descriptions List for additional details., 12, EA; LI 016: Extron HDMI PRO P/75 26-726-75 75� HDMI Premium High Speed Optical Cables � Plenum. See attached Item Descriptions List for additional details., 12, EA; LI 017: Middle Atlantic PDC-915R-6 115-volt Rack mount Power Distribution Unit. See attached Item Descriptions List for additional details., 12, 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, FLC - Norfolk 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 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 Offerors 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. 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 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 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. 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 employees. FAR 52.247-34, F.o.b. Destination applies 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/ System for Award Management 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 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 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) -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. Buy American Act & Balance of Payments (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. Fleet Fast Pay 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/ac79e113727c4cf8b60d733e1d158042/view)
 
Place of Performance
Address: 1428 Blandy Rd. BLDG NH-35, Suite 250, Norfolk, VA 23551, USA
Zip Code: 23551
Country: USA
 
Record
SN06035735-F 20210619/210618201536 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.