Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOLICITATION NOTICE

70 -- Video Conferencing Room Equipment; Open Market Contracts Only; ITSS Registered Vendors Only; End User, US Army

Notice Date
10/20/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
4890 University Square, Huntsville, AL 35816
 
ZIP Code
35816
 
Solicitation Number
4THO21066086
 
Response Due
10/27/2005
 
Archive Date
11/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 4THO21066086 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Thursday, October 27, 2005 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Stewart, GA 31314 The GSA FTS Region 4 requires the following items, BRAND NAME OR EQUAL, to the following: LI 001, This requirement is for the design and installation of video teleconference system at Fort Stewart, Georgia. Interested bidders must include all labor, travel expenses, and materials necessary to perform the design, installation, and project management., 1, EA; LI 002, Provide system documentation, manuals, drawings, and training to Army personnel onsite at Fort Stewart. Interested bidders must include all labor, travel expenses, and materials necessary to perform the training. Training should be based on 2 days of onsite class., 1, EA; LI 003, Provide materials for the Video Subsystem, including: Hitachi, CP-X1200W, 3500 Lumen LCD Projector [ p/n: CP-X1200 ]; Draper, Recessed Tab Tensioned Electric Screen [ Includes p/n's: 102178 & 121007 ]; Polycom, VSX7800e Video Teleconferencing System, ISDN, IP, People + Content, Multipoint [ includes p/n's: 7200-22730-001 & 2215-20523-001 ]; Aurora, Vtune Tuner [ p/n: Vtune ]; Sony, DVD/VCR Player [ p/n: SLVD560P ]; and Smart Technologies, Sympodium [ p/n: SSID-150 ]. NOTE: Customer will furnish 2 Plasma Screens, and 1 Document Camera., 1, EA; LI 004, Provide materials for the Audio Subsystem, including: CTG Audio, System includes 4 in-ceiling microphones, 6 voice feedback cancellation ceiling mounted speakers, echo cancellation, noise suppression, feedback cancellation [ p/n:FS3000 ]; JVC, Amplifier [ p/n: RXD201B ]; and quantity of 6 KSI, 2x2 Stereo Speakers [ Including p/n's ; 8081-CS & TLB-01 ], 1, EA; LI 005, Provide materials for the Control Subsystem, including: Crestron, 10" Wireless WIFI Touchpanel w/Docking Station [Including p/n's: TPMC-10 & TPMC-10DS]; Crestron Control Processor w/Ethernet [Including p/n's: AV2 & C2NET]; Crestron Volume Control [ p/n: C2NOEQ4 ]; Crestron Rack Kit and Programming Cable [ Including p/n's: ST-RMK & ST-PK ], 1, EA; LI 006, Provide materials for the Hardware Subsystem, including: KSI, 2-Bay Crendenza w/locking doors, rear access panels, fans [ p/n: ESL-CR44-FAN ]; Extron & TWG & Map, Rack Rails, Ears, Hardware [ Including p/n's: 60-190-01 & TWG-RR & qty. 2 p/n Slim 5-21-26 & qty. 2 PB-XS ]; Map, Rack Shelf DVD/VCR [ p/n: RSH4A3SSLVD350 ]; Autopatch, RGBHV+Stereo Switcher [ p/n: PrecisLT4x4 ]; QUANTITY 2 of Extron, Computer Interfaces [ Including p/n's: 60-486-63 & 60-373-01 (Gray) ]; Kramer, S-Video, Composite Switcher [ pVS4x4YCXL ]; Chief, Project Mount, Bracket [ p/n: RPA-U ]; TWG, Custom Shelf for VTC Camera [ p/n: TWG-SH ]; Furman, Pro Power Conditioner [ p/n: PL-Pro II ]; TWG, Equipment Lift Rental; Lot, Cables, Unistrut, Connections, Terminations, Misc. Hardware [ Including p/n's: 26-566-02 & TWG ]., 1, EA; For this solicitation, GSA FTS Region 4 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid 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. GSA FTS Region 4 is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Betty Day at betty.day@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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.acqnet.gov/far. 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. 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.) directly to betty.day@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO).
 
Web Link
www.fedbid.com (a-23109, n-1634)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Stewart, GA 31314
Zip Code: 31314-3322
Country: US
 
Record
SN00918793-W 20051022/051020212337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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