Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

70 -- Interactive Whiteboards, Accessories, and Installation

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
P.O. Box 61470, Boulder City, NV 89006
 
ZIP Code
89006
 
Solicitation Number
R12PS30142
 
Response Due
1/10/2012
 
Archive Date
7/8/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 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 R12PS30142 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 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 334113 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 2012-01-10 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Boulder City, NV 89005 The Bureau of Reclamation requires the following items, Meet or Exceed, to the following: LI 001, Interactive whiteboard (87" active area, 16:10 aspect ratio, low-gloss surface, dry-erase- and magnet-compatible, two-simultaneous-user-capable) incl. short-throw projector (1280x800 WXGA, 12" optical throw); an acceptable make and model is the SMART SBX885ix, 3, EA; LI 002, Interactive whiteboard software and laptop connection cable (compatible with CLIN 001, provides interface allowing user to write notes in digital ink, annotate over documents and applications, and save all items to a single file); an acceptable make and model is the SMART SMP-UpK Meeting Pro Single License Upgrade Kit with GoWire, 6, EA; LI 003, Video distribution amplifier (compatible with CLIN 001); an acceptable make is Extron, 3, EA; LI 004, Projection audio system (compatible with CLIN 001, mountable to interactive whiteboard, dark gray and silver in color, dual RCA receptacles for connection to projector, 14W RMS, switching power supply, power cord); an acceptable make and model is the SMART SBA-L, 3, EA; LI 005, Set of custom connection cables (compatible with CLINs 001 through 004, computer, audio, video, CAT 5-XT), 3, EA; LI 006, Installation of and training on all items in CLINs 001 to 005 (includes cable termination, conduit, system orientation, system hand-off, and training), 1, EA; LI 007, Interactive display (touch-enabled, high-definition, 70" LCD, flat-panel, control panel, multi-user pen tray); an acceptable make and model is the SMART 8070i, 2, EA; LI 008, Interactive whiteboard software and laptop connection cable (compatible with CLIN 007, provides interface allowing user to write notes in digital ink, annotate over documents and applications, and save all items to a single file); an acceptable make and model is the SMART SMP-UpK Meeting Pro Single License Upgrade Kit with GoWire, 2, EA; LI 009, Wall mount for interactive display (compatible with CLIN 007), 2, EA; LI 010, Control system for interactive display (compatible with CLINs 007, 008, 012, 013, and 014; includes 8.4" wireless touch panel, switcher, video distribution amplifier); an acceptable make is Crestron, 1, EA; LI 011, Equipment rack (compatible with CLIN 010, black wood-grain finish, plexiglass door; includes rack shelves, hardware rack assembly, rack dressing); an acceptable make and series is Middle Atlantic BRK Series, 1, EA; LI 012, Network switch (compatible with CLIN 010), 1, EA; LI 013, Sound system (compatible with CLINs 007, 008, 010, 012, and 014; includes 4 ea. in-ceiling speakers, ceiling and rough-in pan); an acceptable make is Bose, 1, EA; LI 014, Audio amplifier (compatible with CLINs 007, 008, 010, 012, and 013), 1, EA; LI 015, Set of custom connection cables (compatible with CLINs 007 through 014; computer, audio, video), 2, EA; LI 016, Programming of control system by certified programmer (compatible with CLIN 010); an acceptable make is Crestron, 1, EA; LI 017, Installation of and training on all items in CLINs 007, 008, 009, 011, 012, 013, 014, and 015 (includes cable termination, conduit, system orientation, system hand-off, and training), 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, Bureau of Reclamation 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. Bureau of Reclamation 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. VENDOR QUESTIONS AND ANSWERS: Set 1 (previously published): Q1) Will all items listed be installed in multiple buildings or just one building?A1) All items will be installed in just one building. Q2) Good Afternoon, Will the installation be taking place in Boulder City, NV as well? Thank You.A2) The installation will take place in Bldg 1400 on the Bureau of Reclamation Lower Colorado Regional Office campus in Boulder City, NV 89005. Set 2 (current update): Q3) Is this still a valid requirement?A3) Yes. Q4) Concerning the video distribution amplifier referenced in CLIN 003. What is the input source connection (A/V, Component, HDMI, ect)?A4) Component. Q5) What are the distribution source connections?A5) Video, S-Video, Component, RGBHV Q6) How many distribution sources are required?A6) Five Q7) Concerning the Crestron Control referenced in CLIN 010 and 016. Will the two interactive displays be the only output sources?A7) No. One output source will be for an interactive display and one output source will be for an external display (monitor). Q8) Concerning the Crestron Control referenced in CLIN 010 and 016. How many input sources are expected and what are their connection types?A8) There will be no hard-wired input sources. Connection type will be 802.11 a/b/g wi-fi two-way wireless communication. ADDITIONAL INFORMATION: As a point of clarification, both whiteboard systems (the one represented by CLINs 001 to 006, and the one represented by CLINs 007 to 017) will be installed in one building, albeit in different areas of the building. -- END --
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f3858089ce58328c95936f027ac853f)
 
Place of Performance
Address: Boulder City, NV 89005
Zip Code: 89005
 
Record
SN02651933-W 20120112/120110234621-7f3858089ce58328c95936f027ac853f (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.