To place a bid or register go to Unison Marketplace

View Details for Buy # 1099926

View Other Versions: 1099926_01  1099926_02  1099926_03 

General Buy Information

Buy #: 1099926  
Solicitation #: DrumDHRJWM0004
Buy Description: TV Displays - Commercial 86"
Category: 71 -- Furniture
Sub Category: 7110 -- Office Furniture
NAICS: 334310 -- Audio and Video Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: No Set-Aside Restriction
Buyer: MICC End User
End Date: 05/12/2022
End Time: 16:00 ET
Seller Question Deadline: 5/11/2022 - 16:00 ET
Delivery: 90 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 NEC C861Q, 86” Ultra High Definition Commercial Displays (or equal). 5 EA
002 Peerless ST680, SmartMount Universal Tilt Wall Mounts (or equal). 5 EA
003 Vanco RDM050, 50’ HDMI Cables (or equal). 8 EA
004 Vanco RDM015, 15’ HDMI Cable (or equal). 1 EA
005 Philmore 75-677, Stainless Steel Wall Plate with One HDMI Female Connector (or equal). 5 EA
006 Atlona AT-HDR-H2H-44MA, 4K HDR 4x4 HDMI Matrix Switcher (or equal). 1 EA
007 Tripp Lite SRW12UDP, SmartRack 12U Low-Profile Switch-Depth-Plus Wall-Mount Small Rack Enclosure (or equal). 1 EA
008 CyberPower CPS1215RMS, Rackbar Surge Protector (or equal). 1 EA
009 Atlas AA50PHD, 4-Input, 50-Watt Mixer Amplifier with automatic System Test (or equal). 2 EA
010 Atlas AARMK2-5, Rack Mount Kit (or equal). 2 EA
011 Atlas SD72W-Kit, SD72 Speaker Speaker, 62-8 Baffle, CS95-8 Back Box, and 81-8R T-Bar Bridge Kit (or equal). 10 EA
012 Atlas TSD-PA10VG, 10W Mono Power Amplifier (or equal). 1 EA
013 Atlas AT100D, 100W Wall Mount Attenuator (or equal). 3 EA
014 Misc Supplies: 1. 16/2 speaker wire – 500’ - Estimated footage. 2. ¾” plywood approximately 2’x3’ for wall reinforcement backing. 3. (4.) Wiremold Cable management Kits, Cordmate III (or equal). 4. (5) Panduit Outlet box, JB1DWH-A (or equal). 5. (3) Panduit Outlet box, JBX3510WH-A (or equal). 1 EA
015 Delivery, Installation/Assembly, Removal of Debris 1. Delivery/Installation/Assembly a. Delivery of all Equipment to designated rooms listed below, at 10250 4th Armored Division Drive, Fort Drum, NY 13602 i. Room A ii. Room H iii. Room G iv. Outside of room H b. Assembly/Installation* c. Removal of all Debris 2. Delivery/Installation/Assembly within 90 days 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 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.
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.
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
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.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
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 Origin 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.
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.
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 https://www.acquisition.gov; 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 is __________ with a small business size standard of ___ employees.
AMC-Level Protest Program AMC-Level Protest Program 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. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
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
Provision 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

Shipping Information

City State   Zip Code
Fort Drum NY   13602

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 TV_Displays_-_10250_-_Salient_Characteristics.docx   18 KB