Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
MODIFICATION

70 -- Immersive Visualization System

Notice Date
9/28/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
14800 Conference Center Drive, Chantilly, VA 20151
 
ZIP Code
20151
 
Solicitation Number
RFQ-000497
 
Response Due
8/12/2009
 
Archive Date
2/8/2010
 
Point of Contact
Name: Tracie Davidson, Title: Contract Specialist, Phone: 703/814-4722, Fax: 703/814-4787
 
E-Mail Address
tracie.davidson@ic.fbi.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: 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 RFQ-000497 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 2005-35. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 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 2009-08-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Chantilly, VA 20151 The Federal Bureau of Investigation requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, BRAND NAME OR EQUALPrimary Screen & Mounts HardwareRear Projection screen assembly, including welded-steel frames secured to the floor and connected to the back structure (that will support the projectors and mirrors) and will support the hanging RP hard acrylic screens, 1, EA; LI 002, BRAND NAME OR EQUALPrimary Screen & Mounts HardwareMounts for dual stacked projectors & mirrors, 3, EA; LI 003, BRAND NAME OR EQUALPrimary Screen & Mounts Hardware76" x 76" RP Hard Acrylic Screens, 3, EA; LI 004, BRAND NAME OR EQUALPrimary Screen & Mounts HardwareEnhanced Performance Mirrors, 6, EA; LI 005, BRAND NAME OR EQUALMain Screen Projection System HardwareChristie Mirage HD3 2900 Lumen DLP Stereoscopic Projector w/ Lens, 6, EA; LI 006, BRAND NAME OR EQUALMain Screen Projection System HardwareOne-Edge Fixed Blinders (for attaching to HD3 Projectors), 6, EA; LI 007, BRAND NAME OR EQUALMain Screen Projection System HardwareChristieTWIST Image Warping and Edge Blending Module, 6, EA; LI 008, BRAND NAME OR EQUALMain Screen Projection System HardwareProjector Mounts, 6, EA; LI 009, BRAND NAME OR EQUALMain Screen Projection System HardwareDVI Projector Cables, 6, EA; LI 010, BRAND NAME OR EQUALMain Screen Projection System HardwareDVI Extenders, 6, EA; LI 011, BRAND NAME OR EQUALMain Screen Projection System HardwareEthernet Hub, 1, EA; LI 012, BRAND NAME OR EQUALMain Screen Projection System HardwareMiscellaneous Hardware Cables, 1, LOT; LI 013, BRAND NAME OR EQUALStereoscopic Viewing Hardware20 Pieces Active Stereo Eyewear, 20, EA; LI 014, BRAND NAME OR EQUALStereoscopic Viewing HardwareStereo Emitters, 3, EA; LI 015, BRAND NAME OR EQUALChristieTWIST PRO HardwareComputer for ChristieTWIST, 1, EA; LI 016, BRAND NAME OR EQUALHardwareFan Shroud, 6, EA; LI 017, BRAND NAME OR EQUALHardwareAdditional Setting Block, 1, EA; LI 018, BRAND NAME OR EQUALHardwareAdditional Paneling Above Screen, 1, EA; LI 019, BRAND NAME OR EQUALHardwareAdditional Material for Projector Stands, 1, EA; LI 020, BRAND NAME OR EQUALSoftwareChristieTWIST PRO Software Suite, 1, EA; LI 021, Installation, Shipping, TravelProject Management, 1, EA; LI 022, Installation, Shipping, TravelMechanical Design, 1, EA; LI 023, Installation, Shipping, TravelAV Design, 1, EA; LI 024, Installation, Shipping, TravelSystem Architect, 1, EA; LI 025, Installation, Shipping, TravelStaging, 1, EA; LI 026, Installation, Shipping, TravelSite Integration, Installation, & User Training, 1, EA; LI 027, Installation, Shipping, TravelShipping (FOB Destination), 1, EA; LI 028, Installation, Shipping, TravelAir Travel & Per Diem, 1, EA; LI 029, Installation, Shipping, TravelStandard Hardware Warranty, 1, EA; For this solicitation, Federal Bureau of Investigation 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. Federal Bureau of Investigation 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. 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 52.212-3, 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): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.232-34, 52.239-1. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Items called for by this combined synopsis/solicitation have been identified by a brand name or equal description, such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the combined synopsis/solicitation; unless the quoter clearly indicates in his/her quote that he/she is offering an equal product referenced in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. Question from Interested Seller: What is the distance between the graphic card outputs on the owner furnished computer(s) and the estimated location of the projectors? The answer will enable the use of the optimal length signal cable. Answer: 20-25 feet Question from Interested Seller: Line Item No 029: 1) What is the desired duration of the warranty? 2) Does the warranty include preventative maintenance visits or just equipment failure repairs? Answer: 1) Optimal warranty - 3 years. 2) Preventative Maintenance Visits.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/RFQ-000497/listing.html)
 
Place of Performance
Address: Chantilly, VA 20151
Zip Code: 20151
 
Record
SN01973641-W 20090930/090929001004-486e34ceed902947dfc84975122df8fe (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.