Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

58 -- N66001-15-T-7209 / PR#1300496752

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-7209
 
Response Due
9/3/2015
 
Archive Date
10/3/2015
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; Gina Goodman, Contracting Officer, 619-553-5208
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT00001 EFFECTIVE DATE 2 SEPT, 2015. 1. THE PURPOSE OF THIS AMENDMENT IS TO CLARIFY DESCRIPTIONS OF ITEMS 0004, 0005, 0020 AND 0014. Items 4 & 5 - HDMI Item 14 - Preferred use of ITU H.264 Scalable Video Coding (SVC) standard or better Item 20 - No programming details available 2. RFQ END-DATE remain the same 3. All other terms and conditions remain the same. *************************************************************** This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-15-T-7209 / PR#1300496752. This requirement is set-aside for Small Businesses - Brand Name or Equivalent, NAICS code is 334310 / FSC 5830 and the size standard is 750 personnel. Item 0001: 55" DISPLAY FOR 2X2 VIDEO WALL, Samsung LC55C or equivalent. QTY: 4 EA Item 0002: 2X2 LED WALL MOUNT, Chief or equivalent. QTY: 1 EA Item 0003: DM16X16 VIDEO SWITCHING, Crestron MX16X16 or equivalent. QTY: 1 EA Item 0004: DIGITAL INPUT CARDS FOR FRAME SWITCHES, Crestron or equivalent. QTY: 10 EA Item 0005: OUTPUT CARDS FOR CARD FRAME SWITCHES, Crestron or equivalent. QTY: 8 EA Item 0006: TX201 VGA/HDMI TRANSMITTERS, Crestron or equivalent. QTY: 7 EA Item 0007: DIGITAL DA HD2, Crestron or equivalent. QTY: 4 EA Item 0008: QUADHD WALL PROCESSOR, Crestron or equivalent. QTY: 1 EA Item 0009: HD SCALER INPUT SCALER, Crestron or equivalent. QTY: 4 EA Item 0010: CEILING MICROPHONES, Audix M70W or equivalent. QTY: 2 EA Item 0011: BIAMP DSP AMPLIFIIER, Biamp Tesisera or equivalent. QTY: 1 EA Item 0012: OSC AMP SOURCE AMPLIFER, Chief or equivalent. QTY: 1 EA Item 0013: WALLMOUNT SPEAKERS, JBL Control Series or equivalent. QTY: 2 EA Item 0014: SX80 CODEC WITH PTZ CAMERA, Cisco SX80 or equivalent. QTY: 1 EA Item 0015: KVM 4 USER DIGTAL, Avocent KVM or equivalent. QTY: 1 EA Item 0016: TOUCH PANEL, Crestron V12 or equivalent. QTY: 2 EA Item 0017: WRK 40 FULL HEIGHT EQUIPMENT RACK,, Middle Atlantic WRK-40 or equivalent. QTY: 1 EA Item 0018: CVI CABLING, CONNCTOR AND INSTALLION MATERIALS, CVI or equivalent. QTY: 1 EA Item 0019: DELIVERY AND INSTALLATION (INTEGRATION SERVICES). QTY: 1 LOT Item 0020: PROCESSOR, Crestron Pro3 or equivalent. QTY: 1 EA Item 0021. UID Tags/Labels Cost. Under DFARS 252.211-7003, line Items that cost $5,000 and more require UID Tags / Labels. If the Tag's cost is separate for these items, add a Line Item for the costs. GRAND TOTAL: Delivery Address: 4297 PACIFIC HIGHWAY, BUILDING OT-7 SAN DIEGO, CA. 92110 "The statement below applies to all CLINS" Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular Fac 2005-77, Effective 14 Oct 2014) and Defense Federal Acquisition Regulation Supplement (DFARS), 20140930 (Effective 30 Sep 2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. This RFQ closes on September 3, 2014 at 10:00 AM, Pacific Daylight Time (PDT). Quotes uploaded on the SPAWAR e-commerce website at https://ecommerce. sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T- 7209. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-15-T-7209 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1936e18052ab934158b5181a8cc9235f)
 
Record
SN03868560-W 20150904/150903000258-1936e18052ab934158b5181a8cc9235f (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.