SOLICITATION NOTICE
59 -- VIDEO TELECONFERENCE REMOTE EQUIPMENT
- Notice Date
- 1/12/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-17-T-7242
- Response Due
- 1/18/2017
- Archive Date
- 2/17/2017
- Point of Contact
- Point of Contact - Sylvia Paguio, Contract Specialist, 619.553.6415; Dorothy J Powell, Contracting Officer, 619-553-4455
- E-Mail Address
-
Contract Specialist
(sylvia.paguio@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a Small Business will not be considered for award. Competitive quotes are being requested under N66001-17-T-7242. This requirement is set-aside for small businesses, NAICS code is 33411 and the size standard is 1,250 Employees. Basis of award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest priced technically acceptable. PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar@navy.mil prior to the closing date. CLIN 0001 10.1" MODERO S SERIES TOUCH PANEL AMX FG2265-05 10.1" MODERO S SERIES G4 TABLETOP TOUCH PANEL QTY: 2 EACH CLIN 0002 POE INJECTOR AMX fg423-83 POE INJECTOR QTY: 1 EACH CLIN 0003 ENOVA DGX 800 ENCLOSURE AMX FG1061-08 ENOVA DGX 800 ENCLOSURE QTY: 1 EACH CLIN 0004 ENOVA DGX 800 ENCLOSURE AMX FG1061-08 ENOVA DGX 800 ENCLOSURE QTY: 1 EACH CLIN 0005 ENOVA DGX HDMI OUTPUT BOARD AMX FG1058-550 ENOVA DGX HDMI OUTPUT BOARD QTY: 1 EACH CLIN 0006 ENOVA DGX DXLINK INPUT BOARD AMX FG1058-570 ENOVA DGX DXLINK INPUT BOARD QTY: 2 EACH CLIN 0007 ENOVA DGX DXLINK OUTPUT BOARD AMX FG1058-580 ENOVA DGX DXLINK INPUT BOARD QTY: 2 EACH CLIN 0008 DXLINKF? HDMI RECIEVER MODULE AMX FG1010-500 DXLINKf? HDMI RECIEVER MODULE QTY: 5 EACH CLIN 0009 AUDIO SWITCHING BOARD KIT AMX FG1061-716 AUDIO SWITCHING BOARD KIT FOR ENOVA DGX QTY: 1 EACH CLIN 0010 ENOVA DGX HDMI INPUT BOARD AMX FG1058-540 ENOVA DGX HDMI INPUT BOARD QTY: 1 EACH CLIN 0011 AVB-VSTYLE-SURFACE-MNT AMX FG1010-722 AVB-VSTYLE-SURFACE -MNT QTY: 9 EACH CLIN 0012 4.5 A POWER SUPPLY WITH 3.5 MM AMX FG423-46 PSR4.4 13.5 VDC, 4.5 A POWER SUPPLY WITH 3.5 MM PHOENIX CONNECTOR WITH RETENTION SCREWS QTY: 1 EACH CLIN 0013 NETLINX NX INTEGRATED CONTROLLER AMX FG2106-03 NX-3200 NETLINX NX INTEGRATED CONTROLLER QTY: 1 EACH CLIN 0014 10/100 FAST ETHERNET SWITCH WITH 4 POE BLACK BOX LPB308A 8 PORT UNMANNED 10/100 FAST ETHERNET SWITCH WITH 4 POE PORTS QTY: 1 EACH CLIN 0015 PURE NETWORKING 10/100 ETHERNET SWITCH BLACK BOX LB008A PURE NETWORKING 10/100 ETHERNET SWITCH, 8-PORT QTY: 1 EACH CLIN 0016 KVM CABLE KIT VGA & usb BLEKIN F1D9103-15 KVM CABLE KIT VGA & USB QTY: 2 EACH CLIN 0017 DESKTOP 2-PORT KVM SWITCH BLEKIN F1DS102L DESKTOP 2 PORT KVM SWITCH VGA & USB QTY: 2 EACH CLIN 0018 FUSION TILT MOUNT BRACKET CHIEF XTM1U FUSION TILT MOUNT BRACKET QTY: 3 EACH CLIN 0019 SAMSUNG 75INCH PRO LED LCD HDTV MO SAMSUNG DM75E SAMSUNG 75 INCH PRO LED LCD HDTV MON "TAA" QTY: 1 EACH CLIN 0020 55 INCH PRO LED DISPLAY SAMSUNG DM55E 55 INCH PRO LED DISPLAY "TAA" QTY: 2 EACH CLIN 0021 EQUIPMENT RACK CART 21 RACK SPACES DA-LITE 93703MV EQUIPMENT RACK CART 21 RACK SPACES (MV FINISHED) QTY: 1 EACH CLIN 0022 GOOSENECK LIGHT, 1 RU PANEL MID ATLANTIC LT-GN-PNL GOOSENECK LIGHT 1 RU PANEL QTY: 1 EACH CLIN 0023 UTILITY RACKSHELF, 1 RU MID ATLANTIC U1 UTILITY RACKSHELF, 1 RU, 10.75"D QTY: 1 EACH CLIN 0024 VENT PANEL, 1 RU, PERFORATED MID ATLANTIC VT1 VENT PANEL 1 RU PERFORATED 64 PER CENT OPEN QTY: 1 EACH CLIN 0025 BLANK PANEL, 1 RU, STEEL, FLANGED MID ATLANTIC EB1 BLANK PANEL, 1 RU, FLANGED QTY: 4 EACH CLIN 0026 RACKMOUNT POWER, 9 OUTLET, 20A, BASIC SU MID ATLANTIC PD-920R RACKMOUNT POWER 9 OUTLET 20A, BASIC SURGE QTY: 1 EACH CLIN 0027 RACKSCREWS, 10-32 TRIM HEAD MID ATLANTIC HW100 RACKSCREWS, 10-32 TRIM HEAD 100 PIECE QTY: 1 EACH CLIN 0028 RACKSCREWS, 10-32 TRIM HEAD MID ATLANTIC HW100 RACKSCREWS, 10-32 TRIM HEAD 100 PIECE QTY: 1 EACH CLIN 0029 FLOOR BOX RAISED FSR RFL4.5-D2G FLOOR BOX RAISED WOOD FLOOR APPLICATION (PWR NETWORK HDMI VGA) QTY: 1 EACH CLIN 0030 6FT HDMI CABLE C2G 56783 6 FEET HDMI CABLE QTY: 3 EACH CLIN 0031 3 FT HDMI CABLE C2G 56782 3 FEET HDMI CABLE QTY: 10 EACH CLIN 0032 10 FT HDMI CABLE C2G 56784 10 FEET HDMI CABLE QTY: 2 EACH CLIN 0033 6 FT VGA WITH STEREO AUDIO C2G 50225 6 FEET VGA WITH STEREO AUDIO QTY: 2 EACH CLIN 0034 10 FT VGA WITH STEREO AUDIO C2G 56023 10000' BOX CAT Vi PLENNUM BLACK QTY: 2 EACH CLIN 0035 1000' BOX CAT Vi PLENUM BLACK C2G 50226 10 10FT VGA WITH STEREO AUDIO QTY: 1 EACH CLIN 0036 SHIPPING QTY: 1 LOT To be considered for award, the offeror certifies that the product(s) being offered is an original, new and Trade Agreements Act (TAA) compliant product, and that the subject products are eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer. Offeror further certifies that it is authorized by the manufacturer to sell the products that are the subject of this action in the US (i.e., that the products are TAA compliant and that the offeror is authorized to sell them in the US). Offerors are required to submit documentation with the offer identifying its supply chain for the product, and certifying that all products are new, TAA compliant, and in their original packaging. By making an offer, offeror also consents to no cost cancellation of the non-compliant awarded items if, upon inspection after delivery, any products provided are not recognized or acknowledged by the manufacturer as new and original products that are eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the US, or that the product is in some manner not TAA compliant. " Vendors: Make sure to reference the following information in the quote: a. Dun & Bradstreet number b. Cage Code c. Business Size/ NAICS Code: d. RFQ Number N66001-17-T-7242 e. Requested Delivery date: 30 days after receipt of order (ARO) f. Preferred method of shipment: FOB Destination. Ship to Address: SPAWAR Systems Center Pacific Receiving Officer 4297 Pacific Highway, Bldg OT7 San Diego, CA 92110-5000 This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-81 (08/03/2015) and Defense Federal Acquisition Regulation Supplement (DFARS), June 26, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following clauses shown below can be accessed in full text at www.farsite.hill.af.mil/: 52.204-2, Security Requirements 52.204-6, Data Universal Numbering System (DUNS) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors ? Commercial Items 52.212-2, Evaluation ? Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Deviation 2013-O0019) (July 2014) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 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 (Oct 2010) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)) 52.223-15, Energy Efficiency In Energy-Consuming Products 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer?System for Award Management 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.239-1, Privacy or Security Safeguards 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.204-7004 Alternate A, System for Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.203-7998 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements? Representation. (DEVIATION 2015-O0010) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS? REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113- 235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) This RFQ closes OCTOBER 1, 2016 at 1:00 PM, Pacific Standard Time (PST). Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-17-T-7242. The point of contact for this solicitation is Sylvia Paguio at Sylvia.paguio@navy.mil. Please include RFQ N66001-17-T-7242 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/773eec5001b8d9618c1b9cc9854cd3e6)
- Record
- SN04370045-W 20170114/170112234126-773eec5001b8d9618c1b9cc9854cd3e6 (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 |