Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2009 FBO #2676
SOLICITATION NOTICE

67 -- Video Upgrade

Notice Date
3/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC Fort Lewis, Bldg 2015 Box 339500, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W800D8-09-Q-11800
 
Response Due
4/6/2009
 
Archive Date
10/3/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, 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 W800D8-09-Q-11800 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 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 2009-04-06 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT LEWIS, WA 98433 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, Tripod Bag: 35.4" Minimum size; Padded; Color: Black; ballistic material;to fit tripods with head up to 35" long; 100% zipper clousure along the lenght of bag and around one endd; tapered; with shoulder strap, carry and end handles; Same or Equal to Bogen Imaging P/N MBAG90P, 2, EA; LI 002, Pro Fluid Video Tripod Head: Flat Base: Features: improved drag in both axes and switchable counterbalance for the latest ultralight high-definition camcorders; A sliding camera plate helps balance uneven payloads due to outboard batteries or matte boxes, dual rosettes permit left- or two-handed pan arm configurations, and the rear-mounted spirit level; 2-year warranty; Balance Plate Yes, with 58mm of travel; Fixed Length Pan Arm; Fixed counterbalance optimized for 5.5 lb (2.5 kg) payloads; Both the pan and tilt drag are variable teflon friction; Dual pan arm rosettes for left- or two-handed configurations. Same or Equal to Bogen Imaging P/N 501HDV, 2, EA; LI 003, Half ball for leveling video heads: Half Ball, Attachment: 3/8'' screw attachment type; color: black color; head bowl: 75mm head bowl diameter; material: aluminum material; weight: 0.88 lbs; to intergrate with CLIN 0002. Same or Equal to Bogen Imaging P/N 520BALL, 2, EA; LI 004, Video Camera: Surveillance/Remote Monitoring Camera:Color; Remote: Pan, Tilt, 18X Zoom, Day/Night automatic operation; motorized lens with auto focus; 2 Way, Ceiling mounting; built-in motion detection; & event management. With Audio Same or Equal to AXIS Model 214 PTZ Network Camera, 4, EA; LI 005, Vidoe Management Software: Software for Camera Station (Software is to match and function using cameras quoted in CLIN 0004); 4 Each Cameras Unit Base License, Lifetime Licenses. Features: software that works quoted network cameras and video servers to provide video monitoring, recording and event management functions; With Software installed on a Windows PC, monitoring the cameras, and at the same time, recording of high quality, digital video either continuously or on schedule, alarm and/or motion detection; To offer easy ways to search for recorded events; the software should have a multi-view playback feature that enables a user to view simultaneous recordings from different cameras to get a comprehensive picture of an event. Remote viewing and playback are also should be possible with the use of a Web browser; The Windows client also enables remote administration of the software. The software allows for scalability, with up grade to License up to 25 cameras. Same or Equal to Axis P/N 0202-054, 1, EA; LI 006, 4-Channel Microphone Mixer: w/Phantom Power; six transformers inside: four transformer balanced XLR microphone-level inputs, one transformer balanced XLR mic/line output, and one internal low stray field, toroidal power transformer; Features: Five unbalanced aux level inputs (Phono connectors); LED peak output meter; One unbalanced aux level output (Phono connector); IEC power cord connector; 12V phantom power for condenser microphones; Built-in low cut filters on mic inputs; Broadcast; Educational paging and public address; Sound system rental. Same or Equal to Shure P/N SCM268, 4, EA; LI 007, Microphone: Herisphereical (Half Omni) PZM (Boundary) Condenser Microphone; Color Black. To Include: 8" (2.438m) 2 Conductor Shielded Permanently Attached Cable; 1.5v AAA Battery; 3 Year Warranty. Features: Excellent clarity and rich; Consistent pickup anywhere around the microphone; Output is balanced,low impedance, which allows long cable runs without hum pickup or high-frequency loss; Minimizes pick up of vibration and handling noise. Same or Equal to PZM P/N PZM-185, 12, EA; LI 008, 60" Plasma TV: Flat Panel Monitor, Specifications: TV Type: Plasma; Screen Size: 60"; DTV: HDTV: Same or Equal to LG Electronics Model 60PG60, 4, EA; LI 009, 4 View 4 Port Quad Screen Splitter: View four different analog/digita video sources simultaneously on one screen with keyboard and mouse support; Quad-Mode - In the Quad Mode, the screen is split into four fields of equal size with the entire screen content of a video source or computer being displayed in each of these fields; keyboard and mouse operation can be selected to the field of the corresponding computer; FullScreen Mode - In the FullScreen Mode, one of the four computers` video sources is displayed in full screen size and maximum resolution. Keyboard and mouse operation automatically switch to the corresponding computer; PiP Function - In the PiP Function, the full screen display of one of the four video sources is accompanied by one or three small images (thumbnails) containing the other video sources on the right-hand margin of the screen allowing simultaneous monitoring; Operation - Switching between the three display modes and keyboard and mouse operation is done by using either push-buttons on the front panel or by programmable hotkeys on console keyboard. Same or Equal to SmartAVI P/N VI KM-40187, 4, EA; LI 010, 8 Port Video Switch: w/Booster/IRDA Remote/Receiver 8 Port Video Switch, allowsswitching between 8 different computers' video signals using a single VGA display. Acts as a signal booster, increasing the distance of the video signal up to 215 feet. W/wireless remote, offers instant switching between users. Switch is the ideal solution for meetings and conferences with multiple presenters. Same or Equal to Aten VS881 8PC X 1MNTR, 2, EA; LI 011, Video Splitter: Features: Ultra High 250 MHz Bandwidth Superior video quality, maintains highest signal strength in all applications up to 1920 x 1440; amplifies video signal strength throughout your desire set-up; Amplifies video signals increasing transmission distance up to 215 feet; Supports up to 2 VGA monitors; Daisy chainable; allows you to expand your video splitter set up beyond 2 displays ; Hassle free, no software to install, instant installation and use; Hot plug capability, Hot swappable, Plug-N-Play; Compact design for easy placement; Supports DDC, DDC2, DDC2B at Port 1; Same or Equal to Iogear Model GVS92, 12, EA; For this solicitation, USA ACA Fort Lewis 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 Lewis 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.10. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting CommandEnterprise and Installation OperationsChief, Supply BranchBOX 339500, MS 19FORT LEWIS, WA 98433-9500Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office 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. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. 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 contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quote MUST be good for 30 days after Reverse Auction closing date. Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. 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. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following clauses apply: ClauseCriteria FAR 52.213-1Fast Pay is incorporated by reference and applies toFast Paypurchase orders under $30,000.FAR 52.213-2Is incorporated by reference and applies to Invoicespurchase orders authorized for Advance Payment. FAR 52.213-3Is incorporated by reference and applies to all firm fixedNotice to Supplierprice purchase orders.FAR 52.213-4Is incorporated by reference and applies to Terms and Conditions-purchase orders under $100,000.Simplified Acquisitions,Non-Commercial itemsFAR 52.252-2This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. New equipment/parts only. No remanufactured products. Offers will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) Procedures for commercial vehicle access to military installations are varied. To enter the installation, the Contractor should thoroughly comply with the access procedures of a respective installation. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the access procedures enforced by each military installation. The Contractor shall completely coordinate with the military installations and the delivery point of contacts. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. Contractor shall be aware that the following DFAR Provisions and Clauses apply to this Procurement. 252.211-7003 ALT 1 Item Identification And Valuation (Aug 2008) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Mar 2008) 252.246-7000 Material Inspection And Receiving Report 252.204-7004 Alt A Central Contrator Registration (Nov 2001) 252.212-7000 Offeror Representations an Certifications (Nov 1995) 252.212-7001 Contract terms and conditionsrequired to implement statutes or Exective Orders applicable to Defense acquisitions of commerical items. (Nov 2001)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a40f2e5f5b5f5ab5609926bcfd388e58&tab=core&_cview=1)
 
Place of Performance
Address: FORT LEWIS, WA 98433<br />
Zip Code: 98433<br />
 
Record
SN01775155-W 20090325/090323215033-a40f2e5f5b5f5ab5609926bcfd388e58 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.