Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

58 -- Audiovisual equipment (security cameras and cabling, etc.)

Notice Date
7/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
100 Raoul Wallenberg Place, SW, Washington, DC 20024
 
ZIP Code
20024
 
Solicitation Number
RFQ-9531-15-R-0650
 
Response Due
8/10/2015
 
Archive Date
2/6/2016
 
Point of Contact
Name: Bruce Falk, Title: Contracting Officer, Phone: 2023147828, Fax: 2024886182
 
E-Mail Address
bfalk@ushmm.org;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is RFQ-9531-15-R-0650 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-08-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20024 The United States Holocaust Memorial Museum requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Pelco IP PTZ Camera Part #: PEL-S5230PB1 [Exact Match Only], 2, EA; LI 002: Camera Mounting - Tilting Mount Part #: OMN-TILT-PA [Exact Match Only], 2, EA; LI 003: Pelco IP PTZ Camera Part #: PEL-S5230PG1 [Exact Match Only], 2, EA; LI 004: Pelco IP PTZ Camera Part #: PEL-S5230FW1 [Exact Match Only], 1, EA; LI 005: Avigilon Camera - 3.0 Megapixel WDR Day/Night Indoor Dome, 3-9mm IR Part #: 3.0W-H3-D1-IR [Exact Match Only], 4, EA; LI 006: Avigilon Camera Licenses Part #: 1C-ACC5-ENT [Exact Match Only], 18, EA; LI 007: Cat6 Wire - 1000ft rolls, standard UTP, BLACK, 2, EA; LI 008: CAT6 CMP 23/4PR SOL NS - 1000ft rolls, PINK, 7, EA; LI 009: 48 port NeatPatch Organizer, PINK Part #: NP2K648PINK [Exact Match Only], 1, EA; LI 010: 48 port CAT6 Patch Panel, 1, EA; LI 011: Juniper Switch - EX 3300 48 Port PoE Part #: EX3300-48P [Exact Match Only], 1, EA; LI 012: Next Day Support Part #: SVC-ND-EX3300-48P [Exact Match Only], 1, EA; LI 013: Fiber Module - 10G SFP SM (Juniper compatible), 4, EA; LI 014: 10M SM LC-LC Fiber Patch (Juniper compatible), 2, EA; LI 015: This RFQ is for supplies only; USHMM shall be responsible for installation. Notwithstanding the foregoing, Contractor warrants that all quoted parts will be inter-compatible and capable of integration upon installation., 1, NSP; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, United States Holocaust Memorial Museum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. United States Holocaust Memorial Museum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The only acceptable evidence for establishing the time of proposal receipt shall be the FedBid time/date acknowledgement. Offerors shall submit their FULL QUOTE in soft (electronic) copy via FedBid and otherwise titled "RFQ-9531-15-R-0650 - Proposal for USHMM audiovisual security equipment." The selected Offeror must comply with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition (JAN 2004), which applies to this acquisition in addition to the instructions herein. Offerors whose proposals deviate from these instructions may be disqualified at the discretion of Museum. The following FAR clauses will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.233-2 SERVICE OF PROTEST (AUG 1996), and 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). The full text of a FAR clause may be accessed electronically at and. Museum expressly disclaims and neither guarantees nor warrants for e-mail security, the legibility of electronic format(s), and/or the corresponding accuracy of any printed submission to its electronic version. Offeror certifies that all of its electronic submissions have been verified as free of viruses using virus-check software that is standard in the industry and current to the present calendar month and year. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.sam.gov. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) [MINOR DEVIATION] The contract to be awarded shall incorporate one or more Federal Acquisition Regulation (FAR) clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this URL: http://www.arnet.gov SECTION E - INSPECTION AND ACCEPTANCE 52.246-2 INSPECTION OF SUPPLIES-FIXED-PRICE (AUG 1996) (Reference 46.302) SECTION F - DELIVERIES OR PERFORMANCE 52.223-16 IEEE 1680 STANDARD FOR THE ENVIRONMENTAL ASSESSMENT OF PERSONAL COMPUTER PRODUCTS (DEC 2007)-ALTERNATE I (DEC 2007) 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984) (Reference 42.1305) 52.211-8 TIME OF DELIVERY (JUN 1997) USE OF MUSEUM NAME H.1Contractor shall not use the name of the Museum in any news release, public announcement, advertisement, or any other form of publicity, or disclose any of the terms of this Agreement to any third party without the prior written consent of the Museum. H.2Contractor shall not use the Museum's name, trademarks, or any other language, pictures, or symbols that could, in the Museum's judgment, imply the Museum's identity or endorsement by the Museum or any of its employees in any (1) written, electronic, or oral advertising or presentation or (2) brochure, newsletter, book, electronic database, or other written material of whatever nature, without the Museum's prior written consent. H.3Inclusion of Section. Contractor shall include the terms of this Section ("Use of Museum Name") in any contracts with other parties providing services related to the performance of this Agreement, such as but not limited to subcontractors. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.202-1 DEFINITIONS (JUL 2004) 52.203-3 GRATUITIES (APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1995) 52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995) 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (1/1997) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2005) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JAN 2005) 52.215-2 AUDIT AND RECORDS--NEGOTIATION (JUN 1999) 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997) 52.215-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997) 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) 52.216-16 INCENTIVE PRICE REVISION--FIRM TARGET (OCT 1997) 52.216-16-I INCENTIVE PRICE REVISION--FIRM TARGET (OCT 1997)--ALTERNATE I (APR 1984) 52.216-18 ORDERING (OCT 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) 52.216-22 INDEFINITE QUANTITY (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JUL 2005) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005) 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT--OVERTIME COMPENSATION (JUL 2005) 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (DEC 1996) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 I EQUAL OPPORTUNITY (APR 2002)--ALTERNATE I (FEB 1999) 52.222-29 NOTIFICATION OF VISA DENIAL (JUN 2003) 52.222-35 I EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001)--ALTERNATE I (DEC 2001). 52.222-36 I AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998)--ALTERNATE I (JUN 1998) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) 52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (JUL 2005) 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 1989) 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (FEB 2002) 52.222-50 COMBATING TRAFFICKING IN PERSONS (APR 2006) 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003) 52.223-6 DRUG-FREE WORKPLACE (MAY 2001) 52.223-14 TOXIC CHEMICAL RELEASE REPORTING (AUG 2003) 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) 52.224-2 PRIVACY ACT (APR 1984) 52.225-1 BUY AMERICAN ACT--SUPPLIES (JUN 2003) 52.225-8 DUTY-FREE ENTRY (FEB 2000) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2006) 52.227-1 AUTHORIZATION AND CONSENT (JUL 1995) 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (AUG 1996) 52.227-3 PATENT INDEMNITY (APR 1984) 52.227-14 RIGHTS IN DATA--GENERAL (JUN 1987) 52.227-17 RIGHTS IN DATA--SPECIAL WORKS (JUN 1987) 52.227-18 RIGHTS IN DATA--EXISTING WORKS (JUN 1987) 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003) 52.230-2 COST ACCOUNTING STANDARDS (APR 1998) 52.232-1 PAYMENTS (APR 1984) 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984) 52.232-17 INTEREST (JUN 1996) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) 52.232-25 PROMPT PAYMENT (OCT 2003) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.232-37 MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999) 52.233-1 DISPUTES (JUL 2002) 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) 52.242-13 BANKRUPTCY (JUL 1995) 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 52.244-2 SUBCONTRACTS (AUG 1998) 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (MAY 2004) 52.245-2 I GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (MAY 2004)--ALTERNATE I (APR 1984) 52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003) 52.246-25 LIMITATION OF LIABILITY--SERVICES (FEB 1997) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) 52.209-1 QUALIFICATION REQUIREMENTS (FEB 1995) 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984) 52.216-25 CONTRACT DEFINITIZATION (OCT 1997) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (FEB 2006) 52.252-4 ALTERATIONS IN CONTRACT (APR 1984) Offerors certify that they have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://www.sam.gov. After reviewing the ORCA database information, Offerors verify by submission of their proposal and incorporation in their proposal by reference as of the date of the proposal that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this RFP. FAR 52.216-1 TYPE OF CONTRACT (APR 1984) (Reference 16.105). The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Inquiries, questions, and all correspondence concerning this solicitation document should be submitted via FedBid, referencing USHMM RFP-9531-15-R-0650. No verbal modifications will be considered. All questions must reference specific parts of the solicitation including page numbers and will only be received until Wednesday, August 5, 2015, at 11:00 AM ET. Replies will be made in writing, and distributed to all vendors via FedBid posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HMM/FM/WashingtonDC/RFQ-9531-15-R-0650/listing.html)
 
Place of Performance
Address: Washington, DC 20024
Zip Code: 20024
 
Record
SN03818739-W 20150802/150731234550-8f7fa429ad149721ee03bbe5431036ea (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.