Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

70 -- SSI Quest Room Audio Visual Upgrade

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4340 Magruder Avenue, Fort Jackson, SC 29207
 
ZIP Code
29207
 
Solicitation Number
W9124C-18-T-5063
 
Response Due
7/16/2018
 
Archive Date
1/12/2019
 
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 W9124C-18-T-5063 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is unrestricted 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 2018-07-16 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Jackson, SC 29207 The MICC Fort Jackson requires the following items, Brand Name or Equal, to the following: LI 001: Remove associated analog TV/Monitors cables and connections and install required and necessary mounting brackets, wiring and components required to make fully functional and supporting room upgrade. Prepare wall\ceilings as needed to accept new components to include exposing and subsequent enclosing walls, ceiling tiles, necessary metal studs, drywall, finishing, and paint and match existing wall\ceiling tile color, 1, EA; LI 002: Provide one-year Day-Night Service Plan; 1 Year; 24hrs x 7 Days (Next Business Day Replacements) for Codex\Integrator Package and applicable touch panel., 1, EA; LI 003: Provide three year warranty for contractor provided computers, switching components, and microphone systems, 1, EA; LI 004: - Contractor Manpower Report (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the USASSI G6 via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: Caution-https://ecmra.mil/Login.aspx. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk at help desk at: Caution-https://cmra.army.mil, 1, EA; LI 005: Crestron Digital Media Presentation System: 7x4 Matrix Video Switcher, Multichannel Audio Mixer, Audio Amplifier, Control System Processor, 1, EA; LI 006: Wall Platefor rack and lecturn position, 2, EA; LI 007: Crestron Digital Media Receiver with Built-in Scaler for Video&Control, 2, EA; LI 008: Crestron HDMI Scaler for Content Sources into Polycom VTC and Projector, 2, EA; LI 009: Crestron 10 ·Touchpanel for System Control, 1, EA; LI 010: Crestron Tabletop/Lectern Kit for Installation of Touchpanel, 1, EA; LI 011: Crestron 5-Port Power over Ethernet Switch, 1, EA; LI 012: Sharp Commercial 70' AQUOS LED Display, 1080p Full HD, 2, EA; LI 013: Crestron 9' wireless touch panel, 1, EA; LI 014: Large Flat Panel Mount Chief, 2, EA; LI 015: Crestron Extended Range Wireless Gateway for the 9' wireless touch panel, 1, EA; LI 016: Table Dockfor 9"Wireless Touchpanel, 1, EA; LI 017: Furniture Grade equipment workstation for presenter's assistant with cooling, rack rails, forced air cooling, HPL customizable finish, 1, EA; LI 018: Single Channel Audio Amplififer- 200W @70V, 1, EA; LI 019: Ceiling Speaker 6.5' coaxial with back can, tile bridge,70/1OOV transformer, 6, EA; LI 020: Middle Atlantic U2 Shelf (Polycom VTC Codec), p/n U2, 2, EA; LI 021: 12x8 Audio DSP Mixer with VoIP interface and AEC, 1, EA; LI 022: Tri-Element Electret Condenser Ceiling Microphone kit with drop down base and cable, 2, EA; LI 023: Lot Plenum Control, Video,Audio Cable, Interconnects, Hardware, Connectors, Terminations, Panduit and Miscellaneous Supplies, 1, EA; LI 024: Polycom PTZ Camera extension for power, control and video, 1, EA; LI 025: RealPresence Group 700-720p: Group 700 HDcodec, EagleEyelV-12x camera, mic array, univ. remote,NTSC/PAL.Cables: 1HDMI1.8m,1CAT SE LAN3.6m, 1 HDCI digital 3m,Power:AMER-TypeB, NEMA5 ·15. Maintenance Contract Required., 1, EA; LI 026: Premier Onsite, Three Year, RealPresence Group 700-720p:Group 700 HD codec, EagleEyelV-12x camera., 1, EA; LI 027: EagleEye Director II with 1-EagleEye IV- 12x camera,pwr supply.NA pwr cord. Interworking with RP Group series systems requires: HDCI input on codec. RP Group series systems sw v6.1 or later. Work as a USB camera system need SW1.1 or later. Maintenance Contract Required., 1, EA; LI 028: Polycom Premier Onsite,Three Year, Eagle Eye Director support, 1, EA; LI 029: Digital Media Wll Plate transmitter for analog VGA and HDMI, 1, EA; LI 030: Engineering,Design,Schematics, Programming,and VTC/Audio Configuration and Setup, 1, EA; LI 031: Installation, Wiring, Testing, and Commissioning, Wall Repair(not to include painting), 1, EA; LI 032: Silver Service Agreement- one (1)year term includes unlimited phone and email support, on-site response timewithin1(one) business day during business hours M-F 8:30AM until 5:00PM. Preventative Maintenance performed four(4)times during the term. This is a labor only contract and supports factory warranties as expressed. Hardware and materials not covered under factory warranty are billed separately based on service call. Terms of support start with project sign-off. Factory warranties are supported with removal and replacement of repaired or replaced product., 12, Month; LI 033: Project Management, 1, EA; LI 034: Electrical work to relocate power for wall and ceiling, 1, EA; LI 035: Contractor Manpower Reporting: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter śNot a Direct Cost ť. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. FOB: Destination, 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, MICC Fort Jackson 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. MICC Fort Jackson 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 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 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. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. 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 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 Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. SITE VISIT FOR ALL CONTRACTORS WILL BE JUNE 12, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73f6a5e2e5188ff142783febd6388d30)
 
Place of Performance
Address: Fort Jackson, SC 29207
Zip Code: 29207
 
Record
SN04987962-W 20180713/180711231420-73f6a5e2e5188ff142783febd6388d30 (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.