To place a bid or register go to Unison Marketplace

View Details for Buy # 1116065

View Other Versions: 1116065_01 

General Buy Information

Buy #: 1116065  
Solicitation #: YPG-FY22-0013
Buy Description: Nevion Parts and Installation
Category: 58 -- Communication, Detection, and Coherent Radiation Equipment
Sub Category: 5836 -- Video Recording and Reproducing Equipment
NAICS: 334310 -- Audio and Video Equipment Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 09/06/2022
End Time: 12:00 ET
Seller Question Deadline: 9/6/2022 - 12:00 ET
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Item SFP-1GE-RJ45 Part# 21215 Desc: Gigabit Ethernet SFP Copper Transceiver, RJ45, up to 100m transmission on Cat5. 21 EA
002 Item SFP-3G-OE-2 Part# 19145 Desc: Dual channel optical receiver SFP supporting data rates up to 3Gbps including SD, HD and 3G-SDI. These devices are designed to be compatible to pathological video signals. 20 EA
003 Item SFP-3G-EO-2-13T Part# 19144 Desc: Dual channel optical transmitter SFP supporting data rates up to 3Gbps including SD, HD and 3G-SDI. These devices are designed to be compatible to pathological video signals. 20 EA
004 Item SFP-3G-RX-2-HDBNC Part# 22189 Desc: Dual electrical receiver SFP with HDBNC connector supporting data rates up to 3Gbps including SD, HD and 3G-SDI. These devices are designed to be compatible to pathological video signals. Cable length: 70m 3G-SDI, 100m HD-SDI, 300m SD-SDI. 22 EA
005 Item SFP-3G-TX-2-HDBNC Part# 22190 Desc: Dual electrical transmitter SFP with HDBNC connector supporting data rates up to 3Gbps including SD, HD and 3G-SDI. These devices are designed to be compatible to pathological video signals. 22 EA
006 Item VS101-3-FAN Part# 80148 Desc: Replacement fan tray for VS101-3. 40 EA
007 Item SL-PWR-300 Part# 19017 Desc: 300W AC power Supply Unit for Sublime 128x128, Sublime Optical 64x64 and 128x128. 48VDC output. 10 EA
008 Item SL-PWR-90 Part# 12876 Desc: 90W power supply for VikinX Sublime series of routers and 18/36 channel Flashlink Compact II. 10 EA
009 Item VS134-AC Part# 22017 Desc: AC power supply for VS103 High Airflow chassis, 110-240VAC, 300W. 10 EA
010 Item VS101-2H-PSAC-150 Part# 24236 Desc: Spare part - 150W AC power supply for the VS101-2H chassis (internal PSU). 10 EA
011 Item VS101-3-PSAC-150 Part# 22786 Desc: Spare part - AC power supply for the VS101-3HP-AC chassis (internal PSU). 10 EA
012 Item VS902-HW-1GE+ Part# 23057 Desc: Multi-channel IP media transport over 100/1000Base-T GigE. Can be licensed for ASI over IP, MADI over IP, or JPEG 2000 in TS over IP using SMPTE 2022-1/2 encapsulation. Backplane with 4 input and 4 output BNCs for ASI/SDI, and 2 SFP cages. SFP's not included. 11 EA
013 ITEM VS902-SW-J2K-CH2 Part#23071 Desc: Software option for VS902 enabling 2 JPEG 2000 over IP (or ASI) unidirectional channels (maximum is 2). With this license the VS902 can be configured as a dual channel encoder, dual channel decoder, or in a bi-directional configuration (one encoder + one decoder - only available for J2K over IP transport). 11 EA
014 Item VS902-SW-HD Part# 23339 Desc: Software option for VS902 enabling support for HD-SDI interfaces (applies to SDI over IP and JPEG 2000 over IP). 11 EA
015 Item VS902-SW-FEC Part# 23077 Desc: Software option for VS902 enabling SMPTE 2022 Forward Error Correction for IP input/output. Note that TS over IP uses SMPTE 2022-1 FEC, while SDI over IP uses SMPTE 2022-5 FEC. 11 EA
016 Item VS101-2H-AC-90X-RPS-EM Part# 24125 Desc: High airflow 1RU 19" rack mount chassis for two Ventura VS90X modules. Includes element manager (FCS193). Can hold two internal redundant AC power supplies (two included), power cord not included 2 EA
017 Item PWR-CORD-AC-US Part# 23170 Desc: AC power cord - North America. 4 EA
018 Item VideoIPath-CM-VS Part# 23894 Desc: Video Ipath 11 EA
019 Item VideoIPath-EM-VS Part# 23896 Desc: Video Ipath 11 EA
020 Item VIP-SW-MAINT Part# 24067 Desc: VideoIPath maintenance agreement. Provides access to all major and minor software updates. 15% of all installed SW licenses (list price) invoiced annually in advance. 1 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
Clauses 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--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 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, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite 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.
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
Service Terms: "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price."
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
AMC-Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). 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: https://www.amc.army.mil/Connect/Legal-Resources/ . If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.
Buy American Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Provision - 52.204-26 Representation and Representation Disclosures
Clause - 52.204-25 Reporting During Contract Performance

Shipping Information

City State   Zip Code
Yuma AZ   85365 - 9113

Seller Attachment(s): Required

MANDATORY_-_52_204-26
MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 52_204-26_1.docx   13 KB
002 BUY_AMERICAN_ACT_Provision.docx   13 KB