Buy view vtc suite 898121 06

Page 1

View Details for Buy # 898121_06 General Buy Information Buy #:

898121_06

Solicitation #:

W91151-18-T-MG11-01

Buy Description :

VTC Suite

Category :

70 -- Information Technology (ADP) Equipment (Including Firmware), Software, Supplies and Support Equipment

Sub Category :

7021 -- IT Central Processing Unit (CPU, Computer), Digital

NAICS :

334111 -- Electronic Computer Manufacturing

FedBizOpps Solicitation :

Yes

Set-Aside Requirement :

Small Business

Buyer :

MICC Fort Hood

End Date :

01/23/2018

End Time :

16:00 ET

Seller Question Deadline:

1/22/2018 - 11:00 ET

Delivery:

Special Delivery Instructions - See Statement of Work/Delivery Attachment

Repost Reason :

Did not receive enough competition Change site visit date. Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

View Question & Responses

Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to FedBid and click Start Bid. Proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE

Line Item(s) Item No

Description

Qty

Unit

001

215C Tri Color LED Display-1line-2.1' Text

6

EA

002

V Style Mod Rack mount tray. 5 1/4" depth, no fill plate, 1U

4

EA

003

V style module rack mounting tray with fill RMK-Fill-1U plate

3

EA

004

10x4 all in one presentation switcher with NX control, 2x25W, 8 Ohm

2

EA

005

DXLink HDMI Receiver Module

4

EA

006

DXLink Multi-format transmitter Module

4

EA

007

ICSLan serial interface 2 port

2

EA

008

10.1' Modero X series G5 Tabletop touch panel

2

EA

009

NetLinx NX integrated controller

2

EA

010

Gigabit PoE ethernet switch

2

EA

011

12x8 Digital Audio server with acoustic echo cancellation on input POTS

2

EA

012

Dual IP isolation Switch

2

EA

013

Brand name or equal Cisco Teleconferencing sytem SX80 Codec

2

EA

014

SX80 Multi Site coverage

2

EA

015

Brand name or equal Cisco Unified Comms Essential Operating CON-ECDN-C- Service 8x5XNBD

2

EA

016

series 2 cables access for audio video

4

EA

017

two output hdmi da

2

EA

018

flat field ceiling speaker 2x2 pair

6

EA

019

rack shelf kit 3" deep products

2

EA

020

universal rack shelf kit for 9.5" deep p

2

EA

021

four input usb switcher with host

2

EA

022

usb extender plus- receiver

4

EA

023

usb extender plus series twisted pair

4

EA

024

single channel 200 watt amplifer 70v out

2

EA

025

C5 camera mount

2

EA

026

c5 series credenza frame 31" deep, 3 bay

2

EA


027

c5 wood kit 3 bay 31 d 32 h sota solid

2

EA

028

mount 2 monitors up to 90" from floor to

2

EA

029

COMP-Cool cooling unit

6

EA

030

LCD monitoring command desk, 48" dark cherry color

2

EA

031

proximity series mounting plates

4

EA

032

80" LED backlit commercial grade display

4

EA

033

ceiling array microphone, available in white, black and aluminum finish

4

EA

034

rack mount surge eliminator/power conditioner 1RU, 9 outlet, 15A, with remote, advanced series mode, CouVs, ICE, EMI/RFI

8

EA

035

Av Bridge conference high definition media streaming solution

2

EA

036

RoboShot 12 PTZ camera QCCU system

2

EA

037

High black leather swivel chair

40

EA

038

T3600 Front Sec on only

2

EA

039

T3600 36RR foot section

2

EA

040

EXT42 Table Extension

4

EA

041

22"HD Touch screen and Digital Graphic Engine

2

EA

042

in celing subwoofer

4

EA

043

QT conference room edition

1

EA

044

70" professional class display

1

EA

045

Large Display Mount

1

EA

046

miscellanous hardware and supplies

1

EA

047

installation

1

EA

048

system engineering

1

EA

049

control system programming

1

EA

050

documentation

1

EA

051

electrical

1

EA

052

shipping

1

EA

Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers have the OPTION to include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) should include the following non-pricing information: Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Brand Name or Equal: The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. Minimum Bid Decrement is $1: The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order or Delivery Order: Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Set-Aside Requirement: This solicitation is a Small Business set-aside and only qualified Sellers can bid. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.) Special Delivery Instructions: The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.

Buy Terms Name

Description

ATTENTION OFFERORS!!

In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award.

ACKNOWLEDGEMENT OF RE-POSTINGS (AMENDENTS) REQUIRED

The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.


PROTESTING FEDBID BUYS

Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.

Commercial Items Terms and Conditions

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Addendum to FAR Clause 52.212-4(a) Inspection/Acceptance

The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.

SAM Requirement

Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.” If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov.

SPECIAL FORT HOOD INSTRUCTION-QUOTE CLARIFICATIONS

Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.

Equipment (Supply) requirement

New equipment ONLY, NO remanufactured products

Shipping Condition

FOB Destination CONUS (CONtinental U.S.)

Period of Acceptance of Offers

Bid MUST be good for 90 days, after submission. No partial bids will be accepted.

NAICS CODE

The applicable NAICS code for this procurement is ___334111______ with the related size standard of __750 Employees________. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply “shall render their quote as non-responsive.”

Site Visit

52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of clause)

Site Visit Instructions

[Instructions: In accordance with FAR Clause 52.237-1 Site Visit, this additional information is provided. Site visit will begin at Building 14010 on 16 January 2018 at 10:00 am for initial inspection of VTC suite. Site visit will then move to Building 14024, to view where the second VTC suite shall be set up. Potential offerers are responsible for obtaining visitor passes at the T. J. Mills Visitor Center entrance to Fort Hood. Allow yourself enough time to obtain a visitor pass and arrive at the site visit on time. (End of clause)

Shipping Information City

State

Fort Hood

TX

Zip Code 76544

Buy Attachment(s) No .

Document Name

1

REVISED_48th_Chem_VTC_PWS_10_Aug_2017_1_-1_002_Autosaved.docx

2

Drawing_of_room_14024_new.pdf

3

Drawing_of_room_14010_new.pdf

4

48_CHEM_Site_visit_Questions_and_answers_19_Dec_17.pdf

© 2001- 2018 FedBid Inc., All Rights Reserved

Document Size 55 KB 111 KB 77 KB 190 KB

Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.