Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

58 -- VTC Equipment

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5450 Carlisle Pike, Mechanicsburg, PA 17055
 
ZIP Code
17055
 
Solicitation Number
N6572616T0082
 
Response Due
7/21/2016
 
Archive Date
1/17/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N6572616T0082 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Mechanicsburg, PA 17055 The NSLC - Mechanicsburg requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Sound Structure C16 - Sixteen channel AEC, 1, EA; LI 002: Executive HD 8-Channel Systems (6x Omni Table, 2x Lapel) (Includes 1x 01-HDEXEC-NM-8-channel receiver 6x 01-HDTBLMIC-OM-11 Table Omni-directional microphones 2x 01-HDEXEMIC-11 - lapel/wearable microphones)), 1, EA; LI 003: Executive HD 8 Channel Gold revoCARE, Three Year (Warranty) (Includes coverage for up to 8 HD microphones);, 1, EA; LI 004: QWIKSTRIP 22/1P AUDIO CMP BLK (per foot), 12, FT; LI 005: C-Link 2 cable, Walta (codec side) to RJ-45F Adapter Cable (For connecting Ceiling Microphone Array or other RJ-45 C-Link cable to Group Series & HDX8000/7000/6000 or 4000 series codecs.);, 1, EA; LI 006: Complete Polycom VTC System (P/N HDX8000-1080) and associated components plus installation. Package includes; Polycom EagleEye? or EagleEye 1080 (8006 only) camera, codec microphone-array, cables and remote control.); for NSLC Constitution Conference Room., 1, EA; LI 007: Premier, One Year, HDX 8000 Series, P/N 4870-00380-106; for NSLC Constitution Conference Room., 1, EA; LI 008: Service re-activation fee, HDX 8000 Series, P/N 4870-00380-801; for NSLC Constitution Conference Room., 1, EA; LI 009: EagleEye III Camera, 2012 logo. Compatible with QDX, CX7000 or HDX 6000 & 7000 main HDCI input and 8000 and 9000 series main and auxiliary HDCI inputs with software version 3.0.1 or later. Includes 10m cable and required power supply. This equipment is for the NSLC Constitution Conference Room., 1, EA; LI 010: SoundStation IP 7000 (SIP) conference phone. 802.3af Power over Ethernet. Expandable. Includes 25ft/7.6m CAT5 shielded Ethernet cable. Does not include Russia. P/N 2200-40000-001. This equipment is for the NSLC Constitution Conference Room., 1, EA; LI 011: Expansion Microphone Kit for SoundStation IP 7000. Includes two (2) expansion mics and 2.1m/7ft connection cables. P/N 2200-40040-001. This equipment is for the NSLC Constitution Conference Room., 1, EA; LI 012: HDCI(M) to HDCI(M) 100'/30m camera cable for EagleEye HD/II/III connection to Polycom HDX & RealPresence Group Series. Limited support for EagleEye View (video & control, no audio). Includes power supply & NA power cord (others ordered separately). P/N 7230-25659-030. This equipment is for the NSLC Constitution Conference Room., 1, EA; LI 013: Quad BRI Module for HDX 4000 (not 4500), 7000 & 8000 Series. Includes four ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box. P/N 2215-26690-001. This equipment is for the NSLC Constitution Conference Room., 1, EA; LI 014: Cable - HDX microphone array cable, Walta to Walta connectors, 10ft/3m. Connects a HDX microphone to a HDX microphone/SoundStation IP 7000. (Preferred packaged version of 2457-28978-001 listed in HDX Accessories). P/N 2200-40115-002. This equipment is for the NSLC Constitution Conference Room, 1, EA; LI 015: Onsite installation of equipment for the NSLC Patriot and Constitution Conference Rooms., 1, EA; LI 016: DEMO HDX 8006 XLP: SN 88102310849CCG; P/N 7200-28880-001., 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, NSLC - Mechanicsburg 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NSLC - Mechanicsburg 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.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/. This Request is in support of the Naval Sea Logistics Center, Mechanicsburg, PA. This task is being solicited on a Sole-Source, Firm Fixed Priced basis in accordance with FAR Subpart 12.6, supplemented with additional information included in this solicitation, utilizing Simplified Acquisition Procedures in accordance with FAR Part Subpart 13
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/791628e597b01edf61e731656f9b2566)
 
Place of Performance
Address: Mechanicsburg, PA 17055
Zip Code: 17055
 
Record
SN04183061-W 20160716/160714235205-791628e597b01edf61e731656f9b2566 (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.