Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOLICITATION NOTICE

99 -- Project System and Ancillary Items

Notice Date
4/2/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
4340 Magruder Ave, Ft. Jackson, SC 29207
 
ZIP Code
22182
 
Solicitation Number
W9137180600002
 
Response Due
4/8/2008
 
Archive Date
10/5/2008
 
Point of Contact
Name: Chris Harvel, Title: Sourcing Agent, Phone: 256.348.9417, Fax: 703.442.7822
 
E-Mail Address
chris.harvel@fedbid.com;
 
Small Business Set-Aside
N/A
 
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W9137180600002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 423440 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-04-08 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Jackson, SC 29207 The USA ACA Fort Jackson requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, XGA PROJECTORChristie Digital LX120 12K lumen XGA LCD Projector, 1, EA; LI 002, AVI Projector shelf to elevate projector to correct height in projection booth, 1, EA; LI 003, Robotic camera system with 18x optical zoom, autofocus,wall mount, power supply, Cat5 utility for video, control and power., 1, EA; LI 004, Panasonic DVD/VCR recorder/player with ATSC tuner rack mount and tape to DVD copying, 1, EA; LI 005, MMS locking equipment cabinetwith cutout for audio board, minimum 29 rack units for mounting- 68" wide, Holds a PC, includes power distribution., 1, EA; LI 006, Remote Point Presenter Special Edition RF mouse control with laser pointer., 1, EA; LI 007, Extron IN1508 Presentation Switcherfor Chapel and ESL Classroom, 2, EA; LI 008, VGA computer distribution amplifier, 1, EA; LI 009, S-Video Distribution Amplifier, 2, EA; LI 010, Crestron AV2 Controller with volume control module, 1, EA; LI 011, Dalite Low voltage screen control p/n 40973, 1, EA; LI 012, Crestron QM-TX Quickmedia transmitter, 1, EA; LI 013, Crestron QM-RX Quickmedia receiver, 1, EA; LI 014, Crestron STX1700CX 2-way RF touchpanelWith TPS-RFGWX wireless gateway, 1, EA; LI 015, Crestron Lighting interface for control of new incandescent lighting to include switches, dimmers and enclosures., 1, EA; LI 016, Power amplifier for 70V ceiling speakers in ESL classroom 160 Watts with ceiling mount., 1, EA; LI 017, Ceiling Speaker- coaxial with ceiling tile bridge, back can, 3.75-30W taps at 70V, wide coverage angle., 9, EA; LI 018, Cooper Lighting 603 Series Interior wall luminaire, 120v INC/2/75 lamps, Lacquered Satin Nickel finish, 10, EA; LI 019, Installation suppliesLot cable, connectors, wall plates, installation supplies, Rack screws, filler panels, rack panels, conduit, 1, Lot; LI 020, InstallationLot Installation of Projector, audio components in cabinet, Amplifier, speakers, control system, low voltage screen Control, video components, lighting fixtures, conduit, wall junction boxes, all cables- control, electrical, audio, video, Test and train. All high voltage electrical work shall be completed by a license commercial electrician. , 1, LOT; LI 021, Lot Programming of Control System, 1, LOT; LI 022, Provide two end-user training sessions for a minimum of two hours per session., 1, NSP; For this solicitation, USA ACA Fort Jackson 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Jackson 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 bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid 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 herein 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. 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 %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. 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.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Seller must be registred with the Central Contractor Registration (CCR) prior to submission of bid. Information can be found by going to CCR web site at http://www.ccr.gov. Desire delivery: Standard Commerical Terms New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (Continental U.S.) Partial shipments is not perferred; however may be considered. Sellers representations and certifications must be available through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov prior to submissionof bid. Site visit is recommended but not required. Please contact Sherrill King at sherrill.king@us.army.mil for details. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DABK/DABK19/W9137180600002/listing.html)
 
Place of Performance
Address: Fort Jackson, SC 29207
Zip Code: 29207-5490
Country: US
 
Record
SN01546323-F 20080404/080403042640 (fbodaily.com)
 
Source
FedBizOpps 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.