Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2015 FBO #5054
SOLICITATION NOTICE

70 -- Audio Visual Equipment

Notice Date
9/23/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443142 — Electronics Stores
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
OS159626
 
Archive Date
10/13/2015
 
Point of Contact
Burnita N. Simpson, Phone: 3014439397
 
E-Mail Address
burnita.simpson@psc.hhs.gov
(burnita.simpson@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The requisition number is OS159626. The solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) The corresponding NAICS code is 443142 and the small business size standard is $32.5 million. (v) List of contract line item number(s) and items, quantities and units of measure - Equipment Qty RGB Spectrum 8 Window Multiviewer 1 RGB Spectrum 8 Window Multiviewer 1 Year Extended Warranty 1 Crestron 16x16 DigitalMedia Switcher 1 DMC Series Input Cards & D 1 Crestron VGA/HDMI Wall Plate Digital Media 8G+ Transmitter 1 Crestron 4K HDMI Input Card 10 Crestron DigitalMedia 8G STP Input Card for DM Switchers 1 Crestron 2-Channel HDMI Output Card for DM Switchers 4 Intelix HDMI Extender for Short Throw Projector 1 Intelix HDMI Extender for Videowall 1 BIAMP Systems Teleconferencing Processor - TI 1 Rack UPS 1 Crestron 2-Channel 4K HDMI Output Card for DM Switchers 4 Intelix HDMI Extender for Office Displays 7 Crestron 3-Series 4K DigitalMedia Presentation System 150 1 Crestron 4K DigitalMedia 8G+ Receiver & Room Controller w/Scaler 2 Crestron DigitalMedia Transmitter for VGA/HDMI laptop connections 4 Middle Atlantic Rack Power Supply 2 Crestron 3-Series 4K DigitalMedia Presentation System 300 1 BIAMP Systems Teleconferencing Processor - Analog Interface 1 (vi) Description of Requirement - The Office of the Chief Information Officer (OCIO) requires audio/visual equipment. (vii) Delivery of all equipment shall be completed by October 30, 2015 at Cyber Security Operations, 6 Executive Park Dr. NE, Suite 350, Atlanta, GA 30276. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2014), with its offer or acknowledge its listing in the System for Award Management (SAM) website. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2014), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 2014), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013); (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); (25) 52.222-3, Convict Labor (JUN 2003); (27) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (28) 52.222-26, Equal Opportunity (MAR 2007); (30) 52.222-36, Equal Opportunity for Workers with Disabilities; (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and (49) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013). (xiii) The provision at FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (FEB 2015) (DEVIATION 2015-02), applies to this acquisition. (xiv) Brand Name Justification - The 6 Executive Park Drive Audio Visual system enhancements are required in order to integrate the existing subsystems with the upgraded solution supporting the build out of new office space. The components of the existing systems, that require equipment upgrade, are comprised of Crestron and Intelix equipment. HHS CSO has a significant investment in the Crestron audio visual system supporting this building. In order to deviate from this brand name of equipment we would have to rip out all current equipment and replace with another product. The cost of this activity in both lost revenue and resource downtime makes this action prohibitive and not the logical choice. (xv) EPEAT-Registered Electronic Products - This solicitation contains products that must be compliant with FAR 23.704. Federal agencies must acquire EPEAT-registered electronic products, unless there is no EPEAT standard for such product(s) or the agency head, in accordance with agency procedures, determines that no EPEAT-registered product meets agency requirements; or the EPEAT-registered product will not be cost effective over the life of the product. The Contracting Officer has determined the required products meet EPEAT standards; therefore the offeror/quoter shall propose/quote only products meeting, at a minimum, EPEAT bronze-registered products. Reference: EPEAT Registry at http://ww2.epeat.net/searchoptions.aspx; FAR 52.223-13; FAR 52.223-14; and/or FAR 52.223-16 (xvi) The clauses at FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (DEC 2013); HHSAR 352.203-70, Anti-Lobbying (MAR 2012); and HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010), apply to this acquisition. (xvii) DPAS - N/A (xviii) Quotes are due on September 28 by 3:00 PM ET, electronically to the Contract Specialist at Burnita.Simpson@psc.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/OS159626/listing.html)
 
Place of Performance
Address: Cyber Security Operations, 6 Executive Park Dr. NE, Suite 350, Atlanta, Georgia, 30276, United States
Zip Code: 30276
 
Record
SN03900514-W 20150925/150924000035-2d30667adde70a4d237df5f590ed2b81 (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.