View Other Versions: 1068157_01 1068157_02 1068157_03
General Buy Information
Buy #: | 1068157 | |
---|---|---|
Solicitation #: | N0018921Q0248_01 | |
Buy Description: | VTC Refresher | |
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: | No Set-Aside Restriction | |
Buyer: | FLC - Norfolk | |
End Date: | 06/29/2021 | |
End Time: | 13:00 ET | |
Seller Question Deadline: | 6/10/2021 - 15:00 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 | Christie Digital SUHD651-L 65” secure flat panel display. See attached Item Descriptions List for additional details. | 2 | EA |
002 | Christie Digital SUHD751-P 75” secure flat panel display. See attached Item Descriptions List for additional details. | 1 | EA |
003 | Christie Digital DHD1075-GS 10,000 ISO / 8,800 ANSI Lumen, 1920x1080 HD projector. See attached Item Descriptions List for additional details. | 1 | EA |
004 | Zoom lens compatible with Christie Digital DHD1075-GS 10,000 ISO / 8,800 ANSI Lumen, 1920x1080 HD projector to fill a 16’ x 9’ screen at a 20’ throw distance. Lens MUST be compatible with Projector listed in item number 003. | 1 | EA |
005 | Cisco CS-KITPLUS-NR++ Codec Plus – TAA, NO RADIO. See attached Item Descriptions List for additional details. | 8 | EA |
006 | Crestron RMC3 compact Control System. See attached Item Descriptions List for additional details. | 1 | EA |
007 | Crestron TS-1070-GV-B-S 10.1” Tabletop Touch Screen, Government Version, Black Smooth. See attached Item Descriptions List for additional details and attached brand name justification. | 5 | EA |
008 | Crestron C2N-H Block Multi-type Cresnet Distribution Block. See attached Item Descriptions List for additional details. | 3 | EA |
009 | Crestron SSC-102-EL Room Availability Hall Way Sign. See attached Item Descriptions List for additional details. | 6 | EA |
010 | Crestron SSW-102-EL Room Availability Hall Way Sign. See attached Item Descriptions List for additional details. | 4 | EA |
011 | Crestron AMP-2210T 2x210W Commercial Power Amplifier, 4/8Ω or 70/100V. See attached Item Descriptions List for additional details. | 4 | EA |
012 | Extron DXP 1616 HD 4K PLUS 60-1497-21 Digital and Analog Multi-Plane Modular Matrix Switcher. BRAND NAME REQUIRED. See brand name justification and Item Description List attached below for additional details. | 4 | EA |
013 | Extron 60-1472-12 Twisted Pair Extender Transmitter for USB Peripherals. See attached Item Descriptions List for additional details. | 4 | EA |
014 | Extron 60-1472-22 Twisted Pair Extender Receiver for USB Peripherals. See attached Item Descriptions List for additional details. | 4 | EA |
015 | Extron HDMI PRO P/50 26-726-50 50’ HDMI Premium High Speed Optical Cables – Plenum. See attached Item Descriptions List for additional details. | 12 | EA |
016 | Extron HDMI PRO P/75 26-726-75 75’ HDMI Premium High Speed Optical Cables – Plenum. See attached Item Descriptions List for additional details. | 12 | EA |
017 | Middle Atlantic PDC-915R-6 115-volt Rack mount Power Distribution Unit. See attached Item Descriptions List for additional details. | 12 | 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.
|
An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy. Offerors understand that the Marketplace ranks all offers by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
|
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 or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
There is no Set-Aside restriction for this Buy.
|
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 |
---|---|
Miscellaneous | This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm |
NAICS | The NAICS code is 334310 and the Small Business Standard is 750 employees. |
FOB Destination | FAR 52.247-34, F.o.b. Destination applies |
Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. |
No partial bids allowed | No partial shipments are permitted unless specifically authorized at the time of award. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
FAR Site | The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ |
52.204-7 | System for Award Management |
52.204-10 | 52.204-10 Reporting Subcontract Awards. |
52.209-2 | Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) |
52.209-10 | Prohibition on Contracting with Inverted Domestic Corporations (May 2012) |
52.212-2 | 52.212-2 Evaluation - Commercial Items. |
52.212-5 | 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items. |
52.219-28 | 52.219-28 Post-Award Small Business Program Rerepresentation. |
52.222-3 | 52.222-3 Convict Labor |
52.222-19 | 52.222-19 Child Labor--Cooperation with Authorities and Remedies |
52.222-21 | 52.222-21 Prohibition of Segregated Facilities |
52.222-26 | 52.222-26 Equal Opportunity |
52.222-35 | 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans |
52.222-36 | 52.222-36 Affirmative Action for Workers w/ Disabilities |
52.222-37 | 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. |
52.223-18 | 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) |
52.225-13 | 52.225-13 Restrictions on Certain Foreign Purchases. |
52.232-18 | 52.232-18 Availability of Funds |
252.203-7000 | Requirements Relating to Compensation of Former DOD Officials (Sep 2011) |
252.204-7003 | Control of Government Personnel Work Product (April 1992) |
252.209-7998 | Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) |
252.211-7003 | 252.211-7003 Item Identification & Valuation (AUG 2008) |
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 | -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. |
252.225-7001 | Buy American Act & Balance of Payments (Oct 2011) |
252.232-7003 | 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. |
252.247-7023 | 252.247-7023 Transportation of Supplies by Sea (MAY 2002) |
252.247-7023 (iv) Alt III | 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. |
5252.NS-043C | Fleet Fast Pay |
Evaluation Criteria/Basis of Award | Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
Norfolk | VA | 23551 |
Seller Attachment(s): Optional
The attachment(s) could include the following non-pricing information: See Instructions to Offerors in Attachment II for additional details. Note that one item is brand name required. See Brand Name Justification attachment for additional details. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | Attachment_I_Item_Descriptions_List_JuneUpdate.pdf | 271 KB | |
002 | Attachment_III_JUSTIFICATION_FOR_BRAND_NAME_EXTRON_Rev1_Redacted.pdf | 238 KB | |
003 | Attachment_II_Instructions_to_Offerors_Clauses_and_Provisions.pdf | 488 KB |