To place a bid or register go to Unison Marketplace

View Details for Buy # 999526

View Other Versions: 999526_02 

General Buy Information

Buy #: 999526  
Solicitation #: 1023931073
Buy Description: IT components
Category: 70 -- Information Technology (ADP) Equipment (Including Firmware), Software, Supplies and Support Equipment
Sub Category: 7035 -- IT Support Equipment
NAICS: 0 -- N/A
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: Department of State
End Date: 09/19/2019
End Time: 12:00 ET
Seller Question Deadline: No Seller Question Deadline Set
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 INFORMATION TECHNOLOGY COMPONENTS - TV/Monitor 75-85inch for scheduling/metrics Model FW-75BZ35F Brand: Sony 2 EA
002 INFORMATION TECHNOLOGY COMPONENTS - Monitor 55inch for back room to monitor outputs Model: FW-55BZ35F Brand: Sony 3 EA
003 INFORMATION TECHNOLOGY COMPONENTS - Wall Mount for 39" top 80" displays Model: ST-660 Brand: Peerless AV 5 EA
004 INFORMATION TECHNOLOGY COMPONENTS - OG3GAM 8 Channel AES Embedder/ Disembedder Model: OG-3G-AM Brand: AJA 1 EA
005 INFORMATION TECHNOLOGY COMPONENTS - OG1X9SDIDA Distribution Amp Model: OG-1X9-SDI-DA Brand: AJA 2 EA
006 INFORMATION TECHNOLOGY COMPONENTS - OGXFR 2RU 20 Slot Frame Single Power Supply Model: OG-X-FR Brand: AJA 2 EA
007 INFORMATION TECHNOLOGY COMPONENTS - FiDO-2T Dual Channel SDI to Fiber Converter Transmitter Receiver Model: FiDO-2T Brand: AJA 2 EA
008 INFORMATION TECHNOLOGY COMPONENTS - 3GDA 1x6 3G/HD/SD Reclocking Distribution Amplifier Model: 3GDA Brand: AJA 1 EA
009 INFORMATION TECHNOLOGY COMPONENTS - Smart-UPS X 3000VA Rack/Power Model: SMX3000RMLV2U Brand: APC 8 EA
010 INFORMATION TECHNOLOGY COMPONENTS - Shogun Inferno #ATOMSHGIN2 Kit with G-Tech #0G052171, TB Master Caddy 4K, G-Tech # 0G05217 Master Caddy Series Reader, (1) ATOMPWRKT1 Power Kit for Atomos Monitors Recorders Model: ATSGI2EVK Brand: Atomos 1 EA
011 INFORMATION TECHNOLOGY COMPONENTS - SmartView 4K Model: HDL-SMTV4K12G Brand: Blackmagic 2 EA
012 INFORMATION TECHNOLOGY COMPONENTS - MultiView 4 HD Model: HDL-MULTIP3G/04HD Brand: Blackmagic 4 EA
013 INFORMATION TECHNOLOGY COMPONENTS - Videohub / WSC Smart Control Model: VHUB/WSC Brand: Blackmagic 1 EA
014 INFORMATION TECHNOLOGY COMPONENTS - Micro Converter - SDI to HDMI Model: BMD-CONVCMIC/SH/WPSU Brand: Blackmagic 6 EA
015 INFORMATION TECHNOLOGY COMPONENTS - Micro Converter - HDMI to SDI Model: BMD-CONVCMIC/HS/WPSU Brand: Blackmagi 6 EA
016 INFORMATION TECHNOLOGY COMPONENTS - Mini Converter UpDownCross HD Model: CONVMUDCSTD/HD Brand: Blackmagic 4 EA
017 INFORMATION TECHNOLOGY COMPONENTS - Broadband Indoor Distribution Amplifier Model: BIDA86B-43 Brand: Blonder Tongue 1 EA
018 INFORMATION TECHNOLOGY COMPONENTS - 24-Way Rack Mounted Splitter Model: DFCS-24 Brand: Blonder Tongue 1 EA
019 INFORMATION TECHNOLOGY COMPONENTS - ATSC-SDI 4i HDTV Tuner with SDI Model: 5111-001 Brand: Contem Res. 4 EA
020 INFORMATION TECHNOLOGY COMPONENTS - HD2-RC IR optional remote Model: 5024-004 Brand: Contem Res. 4 EA
021 INFORMATION TECHNOLOGY COMPONENTS - CT-3 Advanced Cable Tester Model: CT-3 Brand: dbx 1 EA
022 INFORMATION TECHNOLOGY COMPONENTS - Encoder Model: L025AE Brand: Elemental 1 EA
023 INFORMATION TECHNOLOGY COMPONENTS - Extended Warranty - Professional Services Model: L025AE-Support Brand: Elemental 1 EA
024 INFORMATION TECHNOLOGY COMPONENTS - BrightEye 57 3G/ HD/SD/Composite TSG and SPG with Audio Model: BE57 Brand: Ensemble Design 1 EA
025 INFORMATION TECHNOLOGY COMPONENTS - Cisco SG350-28MP 350 Series 28-Port PoE+ Managed Gigabit Ethernet Switch Model: SG350-28MP-K9-NA Brand: Cisco 2 EA
026 INFORMATION TECHNOLOGY COMPONENTS - AG 12G-SDI UHD 4K Distribution Amplifier (1:7) Model: DVD 1417 Brand: Lynx Technik 1 EA
027 INFORMATION TECHNOLOGY COMPONENTS - 12G-SDI, 15.6" IPS HDMI2.0 4K Rackmount Monitor Model: RM12G-1 Brand: Osprey Video 4 EA
028 INFORMATION TECHNOLOGY COMPONENTS - Samsung 860 PRO MZ-76P1T0E 1 TB Solid State Drive - SATAIII/600 Model: MZ-76P1T0E Brand: Samsung 2 EA
029 INFORMATION TECHNOLOGY COMPONENTS - Samsung C49J890DKN built in KVM Model: C49J890DKN Brand: Samsung 2 EA
030 INFORMATION TECHNOLOGY COMPONENTS - 34INCH 21.9DIAG CURVED MONITOR with 3-Sided Ultra-Narrow Bezel and SVA Panel Model: EX341R-BK Brand: NEC 8 EA
031 INFORMATION TECHNOLOGY COMPONENTS - 6TB 2-Bay Thunderbolt 2 Portable RAID Array (2 x 3TB) Model: PSZRA6T/BQ Brand: Sony 2 EA
032 INFORMATION TECHNOLOGY COMPONENTS - 43" BRAVIA 4K HDR Professional Display (replacement for FWD43X800E) Model: FW-43BZ35F Brand: Sony 1 EA
033 INFORMATION TECHNOLOGY COMPONENTS - Wall Mount for 39" top 80" displays Model: ST-660 Brand: Peerless AV 1 EA
034 INFORMATION TECHNOLOGY COMPONENTS - Stereo Headphones Model: MDR-7506 Brand: Sony 4 EA
035 INFORMATION TECHNOLOGY COMPONENTS - 6ft USB / PS2 Cable Kit for KVM Switches B020-U08 / U16 B022-U16 6' Model: P778-006 Brand: Peerless AV 2 EA
036 INFORMATION TECHNOLOGY COMPONENTS - 16-Port Rack Console KVM Switch 19" LCD PS2/USB Cables 1U - KVM console - 19" Model: B020-U16-19-K Brand: Tripplite 2 EA
037 INFORMATION TECHNOLOGY COMPONENTS - Red Pro Internal 6TB NAS Drives, 7200 RPM Class, SATA 6 Gb/s, 256 MB Cache, 3.5" Model: WD6003FFBX Brand: Western Digital 16 EA
038 INFORMATION TECHNOLOGY COMPONENTS - 3G/HD/SD-SDI 16-Channel Audio Monitor with Trim Control #8130-0400 Model: AMP1-16-M Brand 2 EA
039 INFORMATION TECHNOLOGY COMPONENTS - 3G/HD/SD-SDI 8-Channel Audio Monitor with Trim Control #8130-0450 Model: AMP1-8-M Brand: Wohler 3 EA
040 INFORMATION TECHNOLOGY COMPONENTS - LivePanel Download Code for TC1 Systems Model: NLPCC Brand: NewTek 2 EA
041 INFORMATION TECHNOLOGY COMPONENTS - On-Site TC1/LiveText/Graphics Training Model: TC-TRAINING Brand: WPS 20 EA
042 INFORMATION TECHNOLOGY COMPONENTS - SURFACE PRO 6 I7/8/256 SYST PLATINUM Model: LQH-00001 Brand: Microsoft 1 EA
043 INFORMATION TECHNOLOGY COMPONENTS - SURFACE USB-ETHERNET.COMMER ACCS Model: EJS-00002 Brand: Microsoft 1 EA
044 INFORMATION TECHNOLOGY COMPONENTS - SURFACE PRO TYPE COVER BLACK Model: FMN-00001 Brand: Microsoft 1 EA
045 INFORMATION TECHNOLOGY COMPONENTS - SURFACE MOBILE MOUSE BLUETOOTH ACCS PLATINUM Model: KGZ-00001 Brand: Microsoft 1 EA
046 INFORMATION TECHNOLOGY COMPONENTS - Pearstone 50' Cat5e Snagless Patch Cable (Orange) Model: # 00457 Brand: C2G 10 EA
047 INFORMATION TECHNOLOGY COMPONENTS - Pearstone 7' Cat5e Snagless Patch Cable (Orange) Model: # 00446 Brand: C2G 20 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.
Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.
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.
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.
Sellers understand that the Marketplace ranks all Bids 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, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
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
Supplemental Bid Information In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com.
Contractor Registration This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
Bids Must Be Valid for 30 Days All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.
Equipment Requirement New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.
Shipping Condition All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.
Government Wide Acquisition Contract (GWAC) Delivery order awards shall only be made to the firm that has the specified GWAC contract associated with this solicitation. The Government views a team arrangement as a prime and subcontractor relationship with the delivery/task order only being awarded to one GWAC contract holder. To ensure compliance, prior to award the offeror MUST provide written proof from the prime GWAC contract holder that they have the right to offer the items/services from this GWAC contract on behalf of the primary GWAC contract holder; AND a statement that the offeror accepts that the government will make award to the prime GWAC contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the prime GWAC contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the prime GWAC contract holder must meet the socio-economic requirement in order to be considered for award. This includes but is not limited to all GWACs such as: Alliant, 8(a) STARS II, OASIS, NASA SEWP V, NITAAC, etc.
GSA Orders with Open Market Items GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.")
GSA Multiple Award Schedule Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award.
Manufacturer Authorized Reseller/Distributor To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.

Shipping Information

City State   Zip Code
Washington DC   20522

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: To be considered for award, all Sellers must be manufacturer federally authorized distributors/resellers of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer on the award. Sellers shall be required to provide documentation as proof of authorization to be considered for award.

Buy Attachment(s)

No. Document Name   Document Size
There are no attachments.