Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

70 -- VTC Suites and Projector

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1733 Pleasonton Rd, Building 2021, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
0010048350
 
Response Due
9/16/2011
 
Archive Date
3/14/2012
 
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
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 0010048350 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 2005-53. 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 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 2011-09-16 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bliss, TX 79916 The U.S. Army ACC MICC Fort Bliss requires the following items, Meet or Exceed, to the following: LI 001, 1.0 Objective: The objective of this program is to get the audio visual technical support required to troubleshoot, isolate, and remediate the problem in order to sustain SVTC services. 2.0 WORK TO BE PERFORMED: ?2.1 provide Audio/Video and Video teleconference technical support at the following locations at Fort Bliss, TX?2.2 - Bldg. 111 General?s Conference Room?2.3 - Bldg. 111 1st Floor Conference Room?2.4 - Bldg. 122 Conference Room?2.5 - Bldg. 738 Conference Room 3.0 Some of the equipment includes but not limited to: AMX Programming, Media Presentation Matrix Switcher, video heads, optical blocks, plasma screens, LCD panels, CRT?s, camera pick-up tubes or chips, projection tubes, lamps, batteries, slide trays, HD Integrator Package & Recertification, 4 microphone / line inputs and 6 stereo inputs, 8.4? Wireless IR Modero Touch panel, ISDN Network Termination Device, ISDN Multiplexor, and other Miscellaneous Hardware. 4.0 Technical Approach / Subtasks: Contractor shall provide diagnosis, equipment, and labor at the SVTC site. Contractor will provide the US Government Agency a detailed accounting of diagnostics, replacement, and testing work that has been completed. This accountability will include parts to be replaced for each system. 5.0 Once the work has been completed, US Government Agency will be invoiced at the quoted rates. If additional materials are required, increases to the quoted costs will be coordinated with the US Government prior to accomplishing work or parts replacements. Once the Government Point of Contact has approved the additional charges, they can be added to the invoice along with the authorized materials? cost. 6.0 Once accounts have been settled between the US Government and the Contractor, the repaired end items will be returned to the Point of Contact in their original shipping containers to the following address: Provided upon award.Contact information will be given after award., 1, EA; LI 002, Option year One- same as requirement in Line Item 1, 1, EA; LI 003, Option year Two - same as requirement in Line Item 1, 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 Bliss 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. U.S. Army ACC MICC Fort Bliss 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. Delivery must be made within 15 days preferred after receipt of order (ARO). The offeror must provide within its offer the number of days - 15 days preferred- required to make delivery after it receives a purchase order from the buyer. 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, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8- Utilization of Small Business Concerns, 52.219-28-Post-Award Small Business Program Rerepresentation. paragraph (a) and the following clauses in paragraph (b): 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.233-33. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports also applies. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items Applies: 252.225-7001, Buy American Act and Balance Payments Program; 252.247-7023, Transportation of Supplies by Sea Alt III. DFARS 252.232-7010, Levies on Contract Payments also applies. Local Clause 5152.233-4000, AMC-Level Protest Program. 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/342803f7c70daaf8bc9af014d72ddf1c)
 
Place of Performance
Address: Fort Bliss, TX 79916
Zip Code: 79916
 
Record
SN02574582-W 20110915/110914000717-342803f7c70daaf8bc9af014d72ddf1c (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.