MODIFICATION
58 -- Audio Visual Equipment and Virtual Teleconference System
- Notice Date
- 9/28/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 34 SOuth Gate Road SUite 1104, Ft Buchanan, PR 00934
- ZIP Code
- 00934
- Solicitation Number
- W912C318Q013A
- Response Due
- 9/27/2018
- Archive Date
- 3/26/2019
- 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
- Total Small Business
- Description
- CANCELLATION 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 W912C318Q013A 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-100 with a small business size standard of 1,000.00 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 2018-09-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Buchanan, PR 00934 The MICC Fort Buchanan requires the following items, Brand Name or Equal, to the following: LI 001: (Bran Name or Equal) Teleconferencing System. CISCO TELEPRESENCE SX80 Codec Integrator package includes SX80 Codec, rack ears, power cables, presentation cable Precision HD 1080p 4x camera, camera control cable, power supply Touch 10 ¯, Ethernet cable, and power injector. TELEPRESENCE TABLE MIC 60 - The Table Microphones 60 provide high-quality omnidirectional coverage., 1, EA; LI 002: Audio visual Equipment. Includes four 55 ¯ monitors, Video Wall Type (monitor shall be very thin as they will be installed very close with each other), 4K digital media, HDMI connectivity, 1920x1080 resolution, 800 nit LCD video wall system. Video Processor (BRAND NAME OR EQUAL)CRESTRON Series. See attach Performance Work Statement (PWS)for specifications., 1, EA; LI 003: Wireless Touch Panel - panel will act as a remote control unit for the video processor. Tablet shall include all minimum specifications required to support the video processor used for this requirement., 1, EA; LI 004: Battery Backup - brand name or equal to APC 1.5KVA power conditioner. See attach Performance Work Statement (PWS)for specifications., 1, EA; LI 005: Delivery - Contractor shall include all required cost associated with Shipping cost to FOB Destination Fort Buchanan, Puerto Rico 00934., 1, EA; LI 006: Installation - Contractor is responsible to install equipment in existing space available. Contractor shall include all labor, materials, equipment cost required to prepared area for the installation of the equipment. Please, read performance work statement/Specifications and Exhibit 1 attached for more details., 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 Buchanan 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 Buchanan 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, 52.204-9 Personal Identity Verification of Contractor Personnel. 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); 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.232-7006 WAWF Payment Instructions. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. No partial shipments unless otherwise specified at time of order. 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 (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 20 working 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. All other agency-level protests should be sent to the contracting officer for resolution. 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 Packages sent by FedEx or UPS should be addressed 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. "Acceptance period," as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this Fedbid. The Government requires a minimum acceptance period of 90 calendar days. A bid allowing less than the Government's minimum acceptance period will be rejected. The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within 60 Calendar day acceptance period" The following FAR Clauses references are applicable: 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011; 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016; 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014; 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997; 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011; 52.223-6 Drug-Free Workplace MAY 2001; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications. OCT 2015; 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984; 52.242-15 Stop-Work Order AUG 1989; The following DFARS clauses references are applicable: 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016; 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016; 252.211-7003 Item Unique Identification and Valuation MAR 2016; 252.225-7001 Buy American And Balance Of Payments Program ”Basic DEC 2016; 252.225-7048 Export-Controlled Items JUN 2013; 252.243-7001 Pricing Of Contract Modifications DEC 1991; 252.244-7000 Subcontracts for Commercial Items JUN 2013; 252.246-7000 Material Inspection And Receiving Report MAR 2008; 252.247-7023 Transportation of Supplies by Sea APR 2014; FAR & DFAR Clauses applicable in full text are attached to this request 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (SEE FULL TEXT CLause Attached) 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. 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 Bid MUST be good for 90 calendar days after submission Shipping must be free on board (FOB) Destination Ft. Buchanan, Puerto Rico which means that the seller must deliver the goods on its conveyance to Ft. Buchanan or to any alternate destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Award will be made to the Lowest Price Technically Acceptable. Contractor shall provide Manufacturer specifications for the items proposed for technical evaluation. Failure to provide Manufacturers specifications of items proposed will result in an unresponsive quote and will not be consider.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9965b127d693daac2fd297ce3e66d540)
- Place of Performance
- Address: Fort Buchanan, PR 00934
- Zip Code: 00934
- Zip Code: 00934
- Record
- SN05110642-W 20180930/180928230951-9965b127d693daac2fd297ce3e66d540 (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 |