To place a bid or register go to Unison Marketplace

View Details for Buy # 1068157_01

View Other Versions: 1068157  1068157_02  1068157_03 

General Buy Information

Buy #: 1068157_01  
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: 06/30/2021
End Time: 13:30 ET
Seller Question Deadline: 6/28/2021 - 17:00 ET
Delivery: Special Delivery Instructions - Other: See Attachment II Instruction to Offerors
Repost Reason: Updates Instructions to Offerors, changes delivery date requirement, clarifies attachment requirement and extends the Solicitation
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

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.)
The Buyer has provided special instructions for delivery – Other: See Attachment II Instruction to Offerors.

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 Orders—Commercial 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): Required

See Attachment II Instruction to Offerors for details

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_III_JUSTIFICATION_FOR_BRAND_NAME_EXTRON_Rev1_Redacted.pdf   238 KB
002 4_03_Attachment_I_Item_Descriptions_List_June28Update.pdf   490 KB
003 Attachment_II_Instructions_to_Offerors_Clauses_and_Provisions.pdf   488 KB