Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

70 -- Monitors

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1071 North Fort Myer Drive, Rosslyn, VA 11111
 
ZIP Code
11111
 
Solicitation Number
1022982664
 
Response Due
9/23/2009
 
Archive Date
3/22/2010
 
Point of Contact
Name: Raschell Jones, Title: Logistics Managment Specialist, Phone: 7038755319, Fax:
 
E-Mail Address
jonesrd@state.gov;
 
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 1022982664 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees. This requirement is unrestricted 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 2009-09-23 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20004 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Ikegami HTM1517R 15" HDTV/SDTV Multi-Format Color Monitor with 750TV Lines, embedded audio with 4ch/8ch level indicator available as factory option.Includes: AC cable, operation manual. Compatible signal formats (including optional boards) 480i(NTSC), 575i(PAL), 480p, 1035i, 1080i, 720P, 1080/24pSF HDTV : 1080i Analog Component (YPbPr or RGB) input standard 720p Analog Component (YPbPr or RGB) input standard SDTV : 480i/575i Analog Component (YPbPr or RGB) input standard Multiformat HD-SDI/SD-SDI switchable input board is option, 5, EA; LI 002, Ikegami DKM-511 B Multiformat HD-SDI/SD-SDI switchable input board (2-inputs) for HTM2070/HTIVl1980/1990/1907/1917 HTM2050/HTM2005/HTM1505/1517. -Standard Performance Type (note) the updated software may be required when the monitor is purchased separately, 5, EA; LI 003, Ikegami DE-801 NTSC 3inputs (3-line comb) for HTM-1517R/1907R/1917R/1980R/1990R series NTSC 3inputs (3-line comb) for HTM1505/2050/2005/1907/2070 & 80/90 series, 5, EA; LI 004, Ikegami TTM-20 Rack mount rail for 14 and 20 inch monitors., 5, EA; LI 005, Ikegami A-TM15-50 Rack adapter, "ears," for 15 inch monitors(HTM-1550/1505)., 5, EA; LI 006, Ikegami HTM1917R 19" HDTV/SDTV Multi-Format Flat Screen Color Monitor with 900TV Lines, embedded audio with 4ch/8ch level indicator available as factory option. Compatible signal formats (including optional boards) 480i(NTSC), 575i(PAL), 480p, 1035i, 1080i, 720P, 1080/24pSF HDTV: 1080i Analog Component (YPbPr or RGB) input standard 720p Analog Component (YPbPr or RGB) input standard SOTV : 480i/575i Analog Component (YPbPr or RGB) input standard Multiformat HD-SDI/SD-SDI switchable input boards are options., 1, EA; LI 007, Ikegami DKM-511 B lVlultiformat HD-SDI/SD-SDI switchable input board (2-inputs) for HTM207O/HTM 1980/1990/1907/1917 HTM2050/HTM2005/HTM1505/1517. -Standard Performance Type (note) the updated software may be required when the monitor is purchased separately., 1, EA; LI 008, Ikegami TIM-20 Rack mount rail for 14 and 20 inch monitors, 1, EA; LI 009, Ikegami A-TM20-16 Rack adapter, "ears," for 20 inch monitors., 1, EA; For this solicitation, Department of State 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. Department of State 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. 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 the point of contact in the FBO notice, 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. 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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The State Departments broadcast television production facilities at Main State and the FPC are unique, state-of-the-art hybrid digital/analog platforms that include custom designed equipment for specialized applications. In such a custom-designed facility, diversity of brands and models severely drives up total cost of ownership (TCO). Staff must be trained on procedures specific to each brand of broadcast equipment. The broadcast facility has used Ikegami as the standard broadcast CRT monitor for nearly 10 years, and staff have extensive expertise in their calibration and use. These monitors are replacing existing inventory, enabling the myriad of connections for SDI digital and analog video signals, sync and tally to remain the same, as well as the dimensions for rack mounting. The availability of broadcast CRT monitors has been significantly reduced and manufactures are phasing this technology out for LCD technology because of High Definition technology because of the need to reach a global audience that often does not use this platform. Ikegami is not phasing this technology out and is positioned to support it for the next product life cycle. When manufacturer support is required to repair a broadcast CRT monitor, all support calls go to the same place for any of the monitor inventory. When any of the monitors need to be taken out of service for maintenance or sent out for repair, they can easily be swapped or replaced by the other Ikegami monitors in inventory.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1022982664/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20004
Zip Code: 20004
 
Record
SN01963326-W 20090923/090921235713-8dd60083ddba941832bdfef85d46bf13 (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.