SOLICITATION NOTICE
58 -- 58--Video Teleconference Equipment
- Notice Date
- 6/9/2023 1:49:19 PM
- 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
- N0018923Q0335
- Response Due
- 6/15/2023 8:00:00 AM
- Archive Date
- 12/12/2023
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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)
- 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 N0018923Q0335 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 2023-04. 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 sellers may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-06-15 11:00:00.0 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, Meet or Exceed, to the following: LI 001: 55 secure flat panel display. Preferred: See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 4, EA; LI 002: 65 secure flat panel display. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 2, EA; LI 003: Video Conferencing System. Preferred: Cisco CS-CODEC-PLUS-K9. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 1, EA; LI 004: 10.1 in. Tabletop Touch Screen. Preferred: Crestron TS-1070-GV-B-S. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 005: Multi-type Cresnet Distribution Block Preferred: Crestron C2N-H Block. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 006: Room Availability Hall Way Sign. Preferred: Crestron SSC-102-EL. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 007: 2x210W Commercial Power Amplifier. Preferred: Crestron AMP-2210T. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 008: AV system processor. Preferred: Crestron CP4N. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 1, EA; LI 009: Digital Signal Processor. Preferred: Biamp Tesira Forte DAN VT. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 010: Cardioid Microphone with RBG LED Status indicator and three pin flush mount power module. Preferred: Audio-Technica ES925C6/FM3. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 9, EA; LI 011: Dante Audio Converter. Preferred: Clock Audio CDT100 MARK 3-UDP. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 012: Table array premium networked tabletop microphone for AV conferencing environments, including boardrooms, huddle rooms, and multi-purpose spaces. Preferred: Shure MXA310B. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 2, EA; LI 013: Digital and Analog Multi-Plane Modular Matrix Switcher. Preferred: Extron DXP 1616 HD 4K PLUS 60-1497-21. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 3, EA; LI 014: 35 HDMI Premium High Speed Optical Cables Plenum. Preferred: Extron HDMI PRO P/75 26-726-35. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 15, EA; LI 015: 115-volt Rack mount Power Distribution Unit. Preferred: Middle Atlantic PDC-915R-2. See attached Required Items List for additional required specifications. Quoted line item must include country of origin., 6, EA; Solicitation and Buy Attachments ***Question Submission: Interested Sellers 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 https://marketplace.unisonglobal.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 Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller 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 Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact 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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers 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/ 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://sam.gov/opp/9d9a3611d1e94a31a34d8c4d68d8cfae/view)
- Place of Performance
- Address: USFF HQ, Shipping and Receiving, BLDG NH-35 1468 Mitscher Ave., Norfolk, VA 23551, USA
- Zip Code: 23551
- Country: USA
- Zip Code: 23551
- Record
- SN06710981-F 20230611/230609230117 (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 |