Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

70 -- NRCC Presentation System Upgrade-Video Walls

Notice Date
7/12/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
395 E Street SW, Washington, DC 20472
 
ZIP Code
20472
 
Solicitation Number
W499406Y
 
Response Due
7/13/2011
 
Archive Date
1/9/2012
 
Point of Contact
Name: Angelica Samuels, Title: Contract Specialist, Phone: 2022121531, Fax:
 
E-Mail Address
angelica.samuels@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number W499406Y. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 257817_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-13 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20472 The DHS Federal Emergency Management Agency requires the following items, Exact Match Only, to the following: LI 001, [M2 I/O] Contemporary Research Tuners, 10, EA; LI 002, [M2 I/O] Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 19, EA; LI 003, [M2 I/O] Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 3, EA; LI 004, [M2 I/O] 10' Single Mode Fiber Cables, 22, EA; LI 005, [M2 I/O] DVIGEAR DVI-3710a HD-SDI to DVI Scaler, 3, EA; LI 006, [M2 I/O] DVIGEAR DVI-3540a VGA-DVI Scaler, 15, EA; LI 007, [M2 I/O] DVIGEAR DVI-3410a Composite-DVI Scaler, 4, EA; LI 008, [M2 I/O] Atlona AT-HD530 DVI-Composite Scaler, 2, EA; LI 009, [M2 I/O] 10' Single Mode Fiber Cables, 4, EA; LI 010, [M2 I/O] 200' Single Mode Fiber Cables, 4, EA; LI 011, [M2 I/O] DVIGEAR DVI-3540a VGA-DVI Scaler, 6, EA; LI 012, [M2 I/O] Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 2, EA; LI 013, [M2 I/O] Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 2, EA; LI 014, [M2] CineMassive Alpha X1-4-30-0, 1, EA; LI 015, [M2] UPS, 1, EA; LI 016, [M2] Ship Controller, 1, EA; LI 017, [M2] Alpha Warranty - 1 Year, 1, EA; LI 018, [M2] Alpha 3-Year Warranty Upgrade, 1, EA; LI 019, [M2] Alpha Spare Parts Kit, 1, EA; LI 020, [M2] Alpha Spare Input Board, 1, EA; LI 021, [M2] Alpha Spare Output Board, 1, EA; LI 022, [M2] NEC P402 40" Monitors, 2, EA; LI 023, [M2] Crestron V15B-DGE1 Touchpanels, 4, EA; LI 024, [M2] 10' Single Mode Fiber Cables, 6, EA; LI 025, [M2] Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 6, EA; LI 026, [M2] Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 31, EA; LI 027, [M2] 10' Single Mode Fiber Cables, 29, EA; LI 028, [M2] 10' Single Mode Fiber Cables, 2, EA; LI 029, [M1] CineMassive 2x6-55 Wall, 1, EA; LI 030, [M1] Push Pull, 12, EA; LI 031, [M1] Mount, 1, EA; LI 032, [M1] Alpha 12-24-0, 1, EA; LI 033, [M1] UPS, 1, EA; LI 034, [M1] Wall Install, 1, EA; LI 035, [M1] 55 Spare, 1, EA; LI 036, [M1] Alpha Spare, 1, EA; LI 037, [M1] Ship Wall, 1, EA; LI 038, [M1] Ship Controller, 1, EA; LI 039, [M1] Alpha Warranty - 1 Year, 1, EA; LI 040, [M1] Alpha 3-Year Warranty Upgrade, 1, EA; LI 041, [M1] Alpha Spare Parts Kit, 1, EA; LI 042, [M1] Alpha Spare Input Board, 1, EA; LI 043, [M1] Alpha Spare Output Board, 1, EA; LI 044, [M1] Video Wall 3-Year Warranty, 1, EA; LI 045, [M1] Video Wall 1-Year LCD Warranty Extension, 13, EA; LI 046, [M1] Video Wall Onsite Spare 55" LED, 1, EA; LI 047, [M1] Video Wall Tech Support - 1 Year, 1, EA; LI 048, [M1] Video Wall Tech Support 3 Year Upgrade, 1, EA; LI 049, [M1] 100' Single Mode Fiber Cables, 12, EA; LI 050, [M1] Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 6, EA; LI 051, [M1] Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 27, EA; LI 052, [M1] 10' Single Mode Fiber Cables, 24, EA; LI 053, [M1] 100' Single Mode Fiber Cables, 3, EA; LI 054, [M1] Opticomm DVI-Fiber Transceivers, 12, EA; LI 055, [M1] 100' Single Mode Fiber Cables, 12, EA; LI 056, [Task A] 2x4-46U Walls, 2, EA; LI 057, [Task A] Push Pull, 16, EA; LI 058, [Task A] Mount, 1, EA; LI 059, [Task A] Alpha 16-16-0, 1, EA; LI 060, [Task A] Install A&B, 1, EA; LI 061, [Task A] Ship Controller, 1, EA; LI 062, [Task A] Ship Wall, 1, EA; LI 063, [Task A] Alpha Warranty - 1 Year, 1, EA; LI 064, [Task A] Alpha 3-Year Warranty Upgrade, 1, EA; LI 065, [Task A] Alpha Spare Parts Kit, 1, EA; LI 066, [Task A] Alpha Spare Input Board, 1, EA; LI 067, [Task A] Alpha Spare Output Board, 1, EA; LI 068, [Task A] Video Wall 3-Year Warranty, 1, EA; LI 069, [Task A] Video Wall Onsite Spare 55" LED, 1, EA; LI 070, [Task A] Video Wall 1-Year LCD Warranty Extension, 16, EA; LI 071, [Task A] Tech Support - 1 Year, 1, EA; LI 072, [Task A] Tech Support 3 Year Upgrade, 1, EA; LI 073, [Task A] 200' Single Mode Fiber Cables, 8, EA; LI 074, [Task A] Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 6, EA; LI 075, [Task A] Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 21, EA; LI 076, [Task A] 10' Single Mode Fiber Cables, 16, EA; LI 077, [Task A] 200' Single Mode Fiber Cables, 5, EA; LI 078, [Task A] Opticomm DVI-Fiber Transceivers, 16, EA; LI 079, [Task A] 200' Single Mode Fiber Cables, 16, EA; LI 080, [Task B] 1x4-46 Wall, 1, EA; LI 081, [Task B] Alpha 4-4-0, 1, EA; LI 082, [Task B] Ship Controller, 1, EA; LI 083, [Task B] Alpha Warranty - 1 Year, 1, EA; LI 084, [Task B] Alpha 3-Year Warranty Upgrade, 1, EA; LI 085, [Task B] Alpha Spare Parts Kit, 1, EA; LI 086, [Task B] Alpha Spare Input Board, 1, EA; LI 087, [Task B] Alpha Spare Output Board, 1, EA; LI 088, [Task B] Video Wall 3-Year Warranty, 1, EA; LI 089, [Task B] Video Wall Onsite Spare 46" UltraSlm, 1, EA; LI 090, [Task B] Video Wall 1-Year LCD Warranty Extension, 4, EA; LI 091, [Task B] Tech Support - 1 Year, 1, EA; LI 092, [Task B] Tech Support 3 Year Upgrade, 1, EA; LI 093, [Task B] 300' Single Mode Fiber Cables, 8, EA; LI 094, [Task B] Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 6, EA; LI 095, [Task B] Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 11, EA; LI 096, [Task B] 10' Single Mode Fiber Cables, 4, EA; LI 097, [Task B] 300' Single Mode Fiber Cables, 7, EA; LI 098, [Task B] Opticomm DVI-Fiber Transceivers, 11, EA; LI 099, [Task B] 300' Single Mode Fiber Cables, 11, EA; LI 100, Opticom OMX-144 Mainframe, 1, EA; LI 101, Opticom OMX-SFP-B 16 Port I/O Blade, 6, EA; LI 102, Opticomm SFP-850-MM-3125-05 I/O Points, 130, EA; LI 103, Tandberg C-60 System with ESS, 1, EA; LI 104, Tandberg C-40 System with One Camera and ESS, 2, EA; LI 105, Tandberg Precision HD 4x Camera w/ ESS, 2, EA; LI 106, DVIGEAR DVI-3710a HD-SDI to DVI Scaler, 4, EA; LI 107, Opticom OTP-1DVIT2AT-C0-LC DVI-Fiber, 2, EA; LI 108, Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 2, EA; LI 109, Opticomm SFP-850-MM-3125-05 I/O Points, 6, EA; LI 110, Opticom OMX-SFP-B 16 Port I/O Blade, 1, EA; LI 111, 10' Single Mode Fiber Cables, 4, EA; LI 112, Winstead Furniture System, 1, EA; LI 113, Winstead Shipping, 1, EA; LI 114, Rack Mount PC's, 10, EA; LI 115, Aten KM0532 5 Console 32 Port Switch, 1, EA; LI 116, Aten KA7230 Console Modules, 4, EA; LI 117, Aten KA7176 Server Adapters, 10, EA; LI 118, Opticom OTP-1DVIR2AR-C0-LC Fiber-DVI, 2, EA; LI 119, 10' Single Mode Fiber Cables, 2, EA; LI 120, NEC PA241W-BK 24" Monitors, 2, EA; LI 121, Crestron V15B-DGE1 Touchpanels, 4, EA; LI 122, 48 Port Biamp Audio Matrix, 1, EA; LI 123, Vaddio Production View 7ch Camera Controllers, 2, EA; LI 124, Crestron TPMC-V12-Wall-B 12" Touchscreen, 1, EA; LI 125, Crestron DVPHD-Custom-GB, 1, EA; LI 126, Crestron CEN-RVS-R310 Room View Server, 1, EA; LI 127, Man Hours Labor, 210, EA; LI 128, Programming, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. No partial shipments are permitted unless specifically authorized at the time of award. The deadline for questions will be noon, Friday July 1, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/W499406Y/listing.html)
 
Place of Performance
Address: Washington, DC 20472
Zip Code: 20472
 
Record
SN02495708-W 20110714/110712234539-bfbf23000e729502f9a2b7151ea0fb12 (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.