Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

67 -- UH-60M CLASSROOM AUDIO-VISUAL UPGRADE

Notice Date
9/8/2011
 
Notice Type
Presolicitation
 
Contracting Office
BUILDING 5700, FORT RUCKER, AL 36362
 
ZIP Code
36362
 
Solicitation Number
0010083042
 
Response Due
9/13/2011
 
Archive Date
3/11/2012
 
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
N/A
 
Description
Bids are being solicited under solicitation number 0010083042. 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. 292091. 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 2011-09-13 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT RUCKER, AL 36362 The U.S. Army ACC MICC Fort Rucker requires the following items, Brand Name or Equal, to the following: LI 001, Draper 104018L Access/Series E, 150", NTSC, Matt White, 110 V, with LowVoltage Controller ABOVE DROP TILE CEILING MOUTNED, 4, EA; LI 002, Draper Custom 3' black drop, 4, EA; LI 003, Logitec F3U133-10 10' USB A-B F/F Cable, 2, EA; LI 004, Milestone RPAXXXX INVERTED CEILING MOUNT, 4, EA; LI 005, Milestone CMS440P ABOVE-TILE KIT + OUTLET POWER COND, 4, EA; LI 006, Tannoy 8001 4450 CMS501 BM, 16, EA; LI 007, Crown 1160A 1160A, 2, EA; LI 008, NEC PSP NP-PA600X-13ZL NP-PA600X with NP13ZL. Bundle includes PA600X projector and NP13ZL lens., 3 LCD. 6000 ANSI LUMENS, 2000:1 CONTRAST RATIO. HORIZONTAL AND VERTICAL LENS SHIFT AND DIGITAL KEYSTONE CORRECTION, 6, EA; LI 009, TV One 1T-VS-626 Cross Converter - HDMI to HDMI with Audio Delay. Max Res 1920x1200, 1080p, 2, EA; LI 010, TV One 1T-PCDVI-PCDVI Cross Converter Scaler - Analog/Digital PC/HD/DVI to PC/HD/DVI., 2, EA; LI 011, Smart Technologies SSID370 SMART Podium ID370 Interactive Pen Display (17") USED FOR ANNOTATION AND PREVIEW ONF ANYSELECTED SOURCE, 2, EA; LI 012, Smart TechnologieS WS200-1 WS200 Bundle, SMART Slate and Bluetooth Wireless Adapter, 2, EA; LI 013, Smart Technologies CAT5-XT Cat 5 to USB Extender (up to 120', CAT5 cable not included), 3, EA; LI 014, Juice Goose JG8.0 19" PDU 8 out, 2, EA; LI 015, Tech Ops MLP-40 (MFI# 22449MW) Custom Marshall Lectern, Front locking pocket doors and Rear Locking Doors, Keyboard Drawer, Flip Up Shelf, Frontand Rear Rack Rails, furniture grade with wood veneer andsolid wood edging, locking casters, 10 year on site manfwarranty, xtra large work surface to house 17" sympodium(used for preview of any selected source), OFE largemonitor (used for preview of any selected source )andtouch panel, 2, EA; LI 016, Crestron CP2E Compact Control System with Ethernet. Separate Power Supply Required, 2, EA; LI 017, Crestron TPS-6X-LP-W-S Isys? 5.7" Wireless Touchpanel, Gloss White; includes TPS-6X-BTP, TPS-6X-DS-LP-W-T, TPS-6X-IMCW,PW-2407WU, TPS-6X-FPW-T (w/default engraving) &TPS-6X-FPW-T-NB; Requires CEN-HPRFGW, C2N-IRGW, or CNXRMIRD for wireless operation; Forcustom engraving, see Configuration and Ordering Guide, 2, EA; LI 018, Crestron TPS-6X-FP_ENGRAVEDBacklit Engravable Button Bezel Kit for TPS-6 & TPS-6X, Gloss Black; includes custom engraving, 2, EA; LI 019, Crestron DM-RMC-100-C DigitalMedia 8G+? Receiver & Room Controller 100, 4, EA; LI 020, Crestron DMCO-53 2 DM 8G+ w/1 HDMI & 2 HDMI w/2 Stereo Analog Audio Output Card for DM-MD8X8 & DM-MD32X32, 2, EA; LI 021, Crestron DMC-DVI DVI/RGB Input Card for DM Switchers, 6, EA; LI 022, Crestron DM-MD8X8 8x8 DigitalMedia? Switcher; requires DMC series input cards & DMCO series output cards, 2, EA; LI 023, Crestron CEN-HPRFGW Extended Range RF Wireless Gateway, includes PW-1205, 2, EA; LI 024, Interlink VP4920 remote point RF, 6, EA; LI 025, Juice Goose XPRT-1000 UPS On-line Rack mount 100VA, 2, EA; LI 026, Crestron DM-8G-CONN-100 DigitalMedia 8G? Cable Connector, 100-Pack, 1, EA; LI 027, Crestron DM-CBL-8G-P-SP500 DigitalMedia 8G? Cable, plenum, 500 ft spool, 1, EA; LI 028, Tech Ops PRE-INSTALL Includes all fabrication, modification, assembly, rack wiring, etc. prior to on-site installation., 27, EA; LI 029, Tech Ops PROGRAMMING Includes all programming of the control system to provide a finished product of controlling your A/V System.A.The AV Contractor will submit for approval by the clienttouch panel design prior to on-site installation. The AVcontractor will modify, edit or otherwise change the touchpanel as requested by the client without any additionalcharges and change order request. Sample panels must besubmitted based on the scheduleB. The AV Contractor is responsible to provide all sourcecode programming, testing and debugging to complete theinterface to the client's satisfaction.C. All programming and touch panel creation must beperformed by factory trained and certified individuals.E. Proof of certification must be provided with bid submittals, 21, EA; LI 030, Tech Ops PROJECT MANAGEMENT Includes all required construction and installation coordination, 12, EA; LI 031, 5 Tech Ops INSTALLATIONIncludes all on-site installation, wiring, coordination, supervision, testing, and system check-out., 12, EA; LI 032, Tech Ops ENGINEERING Includes system design, testing/setting of system, etc., 17, EA; LI 033, Tech Ops HARDWARE HARDWARE: Includes cabling, connectors, labeling, unistrut, vented plates, terminal strips, lacing bars, etc., 1, EA; LI 034, Tech Ops G&A G&A: Includes all applicable Freight, Insurance, Permits, and Licenses as may be required by law. and travel, 1, EA; LI 035, Tech Ops TRAVEL Travel, 1, EA; LI 036, Tech Ops *SVC/CONTRACT SERVICE CONTRACT: One-Year on-site maintenance to include two scheduled preventative maintenance per year(Business hours, Mon.-Fri)Provide warranty repair or replacement for one year on allproducts provided by the contractor (including productshaving a manufacturer's warranty of less than one year) andall contractor workmanship at no additional cost, except incase of obvious abuse. Consumable items such as lamps,batteries, tapes, etc. are not covered.During the contract period the contractor shall:1.Provide telephone support within 4 hours of a callrequesting service.2.Provide on-site support within 24 hours of a call requestingservice that was not corrected by telephone support.3.Include 2 preventative maintenance services first year.C.Repair or replace faulty items within 48 hours of on-siteservice or within manufacturer's specific repair programwhichever is quicker.D.Contractor shall not involve the owner or using agencywith removing, re-installing equipment, shipping or receivingequipment being repaired under warranty, nor shall theowner or using agency be responsible for any shipping orfreight charges associated with any item under warranty.E.The using agency shall be copied with all paperworkrelated to any/all warranty work during the warranty period. F.The warranty period will commence no sooner than thedate of first beneficial use by the using agency and no laterthan the date of contract closeout.G. Contractor shall perform all warranty work at times that are convenient to the owner, 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, U.S. Army ACC MICC Fort Rucker 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. U.S. Army ACC MICC Fort Rucker 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 used products. NO "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order. Seller must be registered with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 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. Any EQUAL offer submitted is required to list the detailed specifications of their offer within their line item details. Additional attachments may also be emailed to clientservices@fedbid.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29d0fc5d53dce739c809922b4b1f3248)
 
Place of Performance
Address: FORT RUCKER, AL 36362
Zip Code: 36362-5000
 
Record
SN02567175-W 20110910/110908235957-29d0fc5d53dce739c809922b4b1f3248 (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.