SOLICITATION NOTICE
58 -- Visual Display System (VDS) and components
- Notice Date
- 5/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Contracting Division Alpha, Ft. Shafter, HI 96858
- ZIP Code
- 96858
- Solicitation Number
- 0010137970
- Response Due
- 5/24/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Name: Tamara Moreman, Title: Contract Specialist, Phone: 8084386535, Fax:
- E-Mail Address
-
tamara.s.moreman.civ@mail.mil;
- 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, as supplemented with additional information included in this notice.The solicitation number is 0010137970 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 FAC 2005-58. 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 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 2012-05-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft. Shafter, HI 96858 The ECC PACIFIC RCO Hawaii requires the following items, Brand Name or Equal, to the following: LI 001, VISUAL DISPLAY SYSTEM: Qty: 3, Brand name or Equal, HDT Visual Display System (VDS) Part #40PRS012 ? Screen Size 54 x 74?, 1.4 x 1.9m ? Diagonal 100? 2.5m ? Packed Size 59 x 22 x 14? 150 x 56 x 35.5 cm ? Deployed Size 75 x 41.1 x 72-90? 1.9 x 1 x 1.8-2.3m ? Weight ? no more than 90 lbs. ? Free-standing screen and projector system must have a throw distance under 15 feet ? Coupling device must interconnect to multiple VDS units in straight line or panoramic configuration ? Capable of front and rear projection mode ? VDS must be free standing and the legs must adjust independently ? Able to erect and function in less than 5 minutes (using a one man team) ? Able to deploy in either a straight line or panoramic mode ? Must pack into a small lightweight carrying case ? Stylus, receiver, and computer software to allow full control of the computer from the screen. The receiver must be embedded onto the VDS screen frame ? Computer Host Windows, OS X, Linux software / SDK USB HID driver / BT USB HID driver ? Receiver (RoHS compliant) Dual MEMS US detectors and pin diode IR detectors Dual MAC signal processing US wave shape matching algorithm USB 2.0, micro-b (Full-speed) or Bluetooth (Class 1) transport to host computer 500 mW peak current (100 mA @ 5V) ? 3 year manufacturer?s warranty on the VDS ? Life time warranty on training to use the VDS All electronic parts and components must work together as one system. Pricing to include Shipping and Delivery to Hawaii address., 3, EA; LI 002, VISUAL DISPLAY SYSTEM DIGITAL CONTROL UNIT: Qty: 2, Brand name or Equal, HDT Digital Control Unit Part #40VDS-DCU ? Audio and video router with multiple additional capabilities ? Control video and audio feeds from different sources to various outputs ? Contained in a single shock-mounted transport case complete with all cables and modules needed to expand the system?s capabilities ? Buffered video outputs and digital transmission of audio signals to ensure integrity is maintained ? Automatic video quality adjustment at every connection change or forced adjustment via front panel or Web interface ? Quad-screen capable; Quad, picture-in-picture, full screen, dual, and fade-through-black display modes ? Independent video in to video out resolution ? Supports digital DVI and analog VGA ? 48-port patch panel supports data, video, audio and phone ? Telco cable ? 3U locking drawer All electronic parts and components must work together as one system. Pricing to include Shipping and Delivery to Hawaii address., 2, EA; LI 003, SHELTER TABLE FOLDING LEGS 5X24 (SET OF 2): Qty: 12 sets, (24 in total), Brand name or Equal, HDT C-2 Tables Part #40C2TBL2001 ? Two tables per set ? Two tables must come in a carrying bag for ease of transport ? Table bags must be mildew resistant. ? Tables must be able to hold 1600 lbs ? Measurements within a few inches of- Length: 60 in, Width: 24 in, Height: 30 in. ? Tables must be made of high durability plastic (table top) and steal (legs) All electronic parts and components must work together as one system. Pricing to include Shipping and Delivery to Hawaii address., 12, EA; LI 004, TACTICAL SHELTER CHAIRS FOLDING BLACK (SET OF 4): Qty: 12 sets, (48 in total), Brand name or Equal, HDT C-2 Chairs Part #40C2CH4001 ? Four chairs per set ? Four chairs must fold and come in a carrying bag for ease of transport. ? Chair bags must be mildew resistant. ? Each chair must a large flexible back to provide comfortable lumbar support. ? Frame must be made of strong, 18-gauge oval steel tubing ? Chairs must support up to 800 lbs of distributed weight ? Measurements within a few inches of - Length: 21 in, Width: 18 in, Height: 34.5 in. All electronic parts and components must work together as one system. Pricing to include Shipping and Delivery to Hawaii address., 12, EA; LI 005, POUCH CABLE W/36L 12-OUT PWR STRIP BK: Qty: 24, Brand name or Equal, HDT Part #65CABP12BK ? CAT5, allowing video and audio feeds up to 500ft without any signal loss ? Reusable managed cables eliminates an individual CAT5 cable leading from the table to the DCU for each individual user ? Managed cable that can support any combination and up to six video, data, audio or telephone feeds ? Each cable pouch must have the capacity to hold up to 12 cables ? Pouch must have capability to be rolled up with cables within ? Pouch with cables, must have the capability to fit and attach neatly behind workstation/table ? Pouch must have the ability to neatly conceal cables in pouch ? Cables must be customizable to any desirable length ? Each bag must weigh no more than 10lbs(4.34 kg) ? Must have ability to connect from bag to bag in a series ? Each bag must have a 12-outlet power strip and individualized Velcro pockets to run network and video cables and allow for separation of SIPR and NIPR networks ? Must be capable of supporting 50 lbs of distributed weight. All electronic parts and components must work together as one system. Pricing to include Shipping and Delivery to Hawaii address., 24, EA; LI 006, C2 SYSTEM COMPONENTS: Qty: 1, Brand name or Equal, HDT Part #40C2CUSYS Must be fully compatible with HDT systems ? 4 Cable, Extension, Power, 25' ? 4 Cable, Extension, Power, 50' ? 1 Adapter, BNC to VGA ? 4 Cable, Telco Straight to Telco Right, 25 Pair, 25' Red ? 4 Cable, Telco Straight to Telco Right, 25 Pair, 50' Red ? 2 Cable, Telco Straight to Telco Right, 25 Pair, 75' Red ? 4 Cable, Telco Straight to Telco Right, 25 Pair, 25' Green ? 4 Cable, Telco Straight to Telco Right, 25 Pair, 50' Green ? 2 Cable, Telco Straight to Telco Right, 25 Pair, 75' Green ? 20 Jack Pack, CAT5/6, 6 Port ? 2 Patch Panel, 24 Port, Gigabit, Shielded ? 4 Transit Case, Audio/Video, for cables w/ wheels ? 1 Video Receiver, Audio, Cat5 ? 12 Video Transmitter, Audio, Cat5 All electronic parts and components must work together as one system. Pricing to include Shipping and Delivery to Hawaii address., 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, ECC PACIFIC RCO Hawaii 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. ECC PACIFIC RCO Hawaii 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 offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination (Hawaii). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Bids will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, 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 General Accounting Office 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 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.ASP If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. (End of notice) ADMINISTRATIVE OFFICE a. This contract will be administered by the Regional Contracting Office-Hawaii 413th Contracting Support Brigade. _____ Contracting Division Omega Building 692 (Basement), McCornack Road Schofield Barracks, HI 96857-5000 FAX 808-655-7350 __X__ Contracting Division Alpha Bldg 520 (Basement), Pierce Street Fort Shafter, HI 96858-5000 FAX 808-438-6544 or 6563 b. A list of the names and telephone numbers of the Administrative Contracting Officer, Contract Administrator, and other Government representative(s) will be provided at the post-award conference. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES/SERVICES/ CONSTRUCTION Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow. The vendor shall self-register at the web site https://wawf.eb.mil/. Vendor training is available on the Internet at: http://wawftraining.com/ Army Help Desk -- Normal operating hours, 0630-1800 Eastern Standard time. Army WAWF Help Desk 1-877-2-DA-WAWF or 1-877-232-9293 Under this contractual document, contractor is required to submit the following type of invoice utilizing WAWF. __ Select the Invoice only within WAWF as the invoice type ? Creates Stand Alone Invoice __ Select the 2-in-1 Invoice within WAWF as the invoice type. Creates two documents, an Invoice and a Receiving Report, within one data entry session. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. _X_ Select Combo --The Invoice and Receiving Report Combo enables a Vendor to create two documents from the same data entry session. The Vendor inputs contract and item data once. Two separate documents - an Invoice and a Receiving Report - are generated in the WAWF system. ___ Construction ? Creates a Construction Payment Invoice from a contract for construction. Both an inspection and a contracting officer must review and accept. The following information is provided for completion of the invoice in WAWF: Issuing Office DODAAC: W912CN Admin DODAAC: W912CN Inspector/Acceptor DODAAC: WX3WAJ (See Block 15, SF 1449) LPO DODAAC: NA (only applicable if you have Navy funding Pay DODAAC: HQ0490 (See Block 18, SF 1449) Receiver/Acceptor: TBD Contract Specialist: TBD Contracting Officer: TBD Contract Number: (See Block 2, SF 1449) The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms Section 508 of the Rehabilitation Act Compliance. All products provided under this contract vehicle must meet the applicable accessibility standards at 36 CFR Part 1194 as required by FAR Case 1999-607. General information regarding the Section 508 Act can be found at the web site www.section508.gov. CONTRACTOR LIABILITY FOR PROPERTY Unless otherwise specified, the Government assumes no liability, and hereby disclaims liability for damages to or losses of, Contractor-owned or furnished property which, pursuant to the terms of his contract, is placed on a U.S. Government installation or other real property under the control of the United States Government, whether by lease, license, permit, or otherwise, except for loss or damage caused by the negligence or wrongful act or omission of a military person or civilian employee or the Department of Defense while acting within the scope of this employment under circumstances in which the United States if a private person, would be liable to the Contractor in accordance with the law of the place where the act or omission occurred. Any claim of the Contractor falling within the purview of the exception, should be submitted, pursuant to the Federal Tort Claims Act, to the Army Contracting Agency, Regional Contacting Office- Hawaii, Fort Shafter, Hawaii 96858-5025. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that? (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b12d0158b39526d3e0bef7835860cdc7)
- Place of Performance
- Address: Ft. Shafter, HI 96858
- Zip Code: 96858
- Zip Code: 96858
- Record
- SN02750778-W 20120519/120518000027-b12d0158b39526d3e0bef7835860cdc7 (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 |