Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
MODIFICATION

D -- Move existing audio visual equipment in current NOAA offices

Notice Date
6/22/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1335 East West Highway, Room 8134, Silver Spring, MD 20910
 
ZIP Code
20910
 
Solicitation Number
EE-133E-12-RQ-0630
 
Response Due
6/27/2012
 
Archive Date
12/24/2012
 
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, as supplemented with additional information included in this notice.The solicitation number is EE-133E-12-RQ-0630 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 541611 with a small business size standard of $14.00M.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 2012-06-27 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The National Oceanic & Atmospheric Administration requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Move existing audio/visual equipment in current NOAA National Coastal Data Development Center (NCDDC) offices at Stennis Space Center, MS, Building 1100 to Building 1021 (See attached diagram) This is a list of the equipment to be uninstalled and moved: a). Tandberg C40 Video Conference System (Type TTC6-11) with PrecisionHD12x Camera and remote microphone (Room 3019) b). Sanyo XGA LCD projector (Model PLC-X35 3100 lumen) (Room 3018) c). JVC DR-MV150 DVD-VHS-Player with TV Tuner (Room 3018) d). Chief "Elite" series inverted universal projector mount with 12# extension (Room 3018) e). SMART Board" Interactive Whiteboard (overall dimensions 84# x 49#)(Room 3018) f). Polycom SoundStation 2 (Room 3018) g). Atlas Sound Pole Mounted Amplifier (Model PA702) (Room 3018) h). MTX Audio Speakers (2) w/brackets (Room 3018) i). Various connectors, cables, switches NOT in overhead (Room 3018) j). Codian (1) and IXPort (1) ISDN Devices (Uninstall Only), 1, EA; LI 002, Provide new AV equipment to be installed in the rooms indicated. Quantities are indicated in "()". Comparable or better will be accepted if actual manufacturer listed below is not available. a). Required connectors, cables, plenum cable, raceways, brackets, wall and ceiling plates, ceiling mounts, mount extensions, wall flat screen mounts, shelves and switches (Room 3018 and 3019) b). Sharp LC-52LE835U- Black 52" LCD HDTV or equivalent (1). Must be compatible for use with Tandberg VTC system.(Room 3019) c). DaLite Model "C" 87" x 116" wall screen - matte white with necessary mounting brackets (1) (Room 3019) d). Extron FF 220T Full-Range Flat Field? Speakers with 2' x 2' Low Profile Enclosure and 70/100 V Transformer (2 Pair)(Room 3019) e). Two Input VGA-QXGA and Stereo Audio Switcher (Room 3019) f). Two (2) AKG Screw-on hypercardioid microphone capsule module, only for GN / HM modules; AKG Hanging module with 33ft. non twisting cable and inline phantom power adapter; Extron MVC 121 Plus Three Input Stereo Mixer with DSP (Room 3019) g). XGA LCD projector with standard lens (1.7 to 2.89:1 throw ratio) for fixed overhead mounting (minimum 4500 Lumens) (1)(Room 3019) h). Polycom SoundStation2W -- 1.9GHz DECT6.0 Wireless, 24 hour talk time battery, with 2 external mics (Secure voice encryption, Cell phone connection. 100-240V, Country Group: 1) (1) (Room 3019) i). Atlas Sound Pole Mounted Amplifier (Model PA702) (1) (Room 3019), 1, EA; LI 003, Install, configure and test the equipment listed in Line Items 1 and 2 in Building 1021 in the room(s) indicated. Train NCDDC staff on the operation and any required routine maintenance of the equipment installed. (See attached Diagram)., 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, National Oceanic & Atmospheric Administration 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. National Oceanic & Atmospheric Administration 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 offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. 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 http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSNWS/EE-133E-12-RQ-0630/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02783455-W 20120624/120622234652-5acead3bf376541d7b3a2cb19a45121b (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.