The RFP Database
New business relationships start here

Video Teleconference Upgrade


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

AMENDMENT NOTICE: 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 W91151-17-T-0257 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside 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 2017-09-25 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544The MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001: Installation of equipment to upgrade existing system, installers must have verifiable secret clearances in JPAS to enter the work area., 1, EA;LI 002: Add the ability to change from a Classified to UnClassified VTC. Equipment should be listed in bid to ensure compliance with DOD Approved products., 1, EA;LI 003: Standardize microphones so that all are individually mutable with halo rings and are all mutable from the tablets. (There are currently 8 microphones installed and only 3 have halo rings, the current microphones are not individually mutable (Shure MX395))., 8, EA;LI 004: Add hardware and programming for NEXT SLIDE, PREV SLIDE buttons at the currently installed Crestron touch Panel to control PowerPoint presentation via the unclassified and classified computer. Both systems are connected to the Crestron Switcher and are selectable from the tablet., 1, EA;LI 005: Add Sound Masking outside the conference room from hallway to the back wall near the conference room, 60feet. (See enclosed building diagram) Ceilings are drop with minimum 6ft of crawl space above and back wall is cinderblock up to the roof., 1, EA;LI 006: Surface Mount the Crestron touch panel to the wall. Add an additional desktop touch panel using the pre-existing cat-5 connection. The cabling for the desktop tablet must be hidden from view. Cabling can be run under the table and the existing floor cable cover from the table to the wall can be utilized., 1, EA;LI 007: Add the capability to view and hear audio from both sides of the active VTC from another room (where the equipment is located). Monitor is already present (Viewsonic VT2730-M) and has available HDMI ports. Monitor will be mounted within 10 feet of the equipment rack and can be feed directly. The Crestron DM-MD16X16 Switcher has an available card with HDMI In and Out. See building diagram, the room where it equipment is located shares the same wall as the conference room. The walls are standard sheetrock with steel framing. Distance to equipment is less than 25 feet, 1, EA;LI 008: Add the capability to select dual monitors on the attached NIPR computer from the tablet. This computer is located in the equipment rack, both display ports ( one HDMI and one DisplayPort ) are connected to the Switcher and operational. Only one screen is selectable from the tablet. The second screen must be manually selected from the front of the switcher.

NOTE: Current hardware on-hand is:
Netgear JGS524NA Switch; Creatron AV3; LG BP550; CONT. Research Tuner 232-ATSC; Cisco Sx80; BIAMP Tesira Forte; Creatron DM-MD16X16 Switcher; Extron XPA4002; Creatron PWE-4803RU; Crestron TSW-1052-BS; and Shure MX395

Important Notes:
All supplied equipment must be approved for use on the DOD SIPR/NIPR network.
Customer will provide a copy of the un-compiled Crestron program., 1, EA;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, MICC Fort Hood 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. MICC Fort Hood 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.In responding to this request for quote, you must provide the manufacturer's
name and part numbers AND salient characteristics of the items you are
proposing to sell to the Government. Regardless of the terminology used in
each RFQ ("Brand Name or Equal", or "meet minimum stated specifications),
the information describing what you are offering must be physically written
into the seller's bid specification block. Salient characteristics are
defined as "pronounced features of an item that identify it describe its
size and composition, functional intent, and/or operational capabilities or
limits." When researching product capabilities, you must, as a minimum,
respond with feature for feature comparisons in order for your product to be
technically evaluated for sufficiency. Responses such as "bidding exact
match", "as specified", or cutting and pasting the Government's
specification information into the seller's bid specification block are not
acceptable responses. Offerors who respond in any of the three examples
directly above will be eliminated from the competition without consideration
of their offer. If you are bidding the same product as is being requested,
your seller bid specification should indicate: "Bidding on Manufacturer
(Insert Name) and Part Number (Insert Number). If you are bidding on an "or
equal" product, your seller bid specification must state: Bidding on
Manufacturer (Insert Name) and Part Number (Insert Number), containing the
following salient characteristics (insert salient characteristics). If your
response does not contain all of the required information called out in this
notice, your quote will be determined nonresponsive and will not be
considered for award.The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.The applicable NAICS code for this procurement is _________
with the related size standard of __________. The
NAICS code identified herein must appear in FAR 52.212-3 "Offeror
Representations and Certifications" in SAM and the vendor must be actively
registered in that NAICS prior to receipt of quote in order to receive an
award. Offeror are reminded that failure to comply C"BBshall render their quote
as non-responsive.C"BBFedbid is a mechanism used by this office to solicit for common use
commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for
filing protests against the Government. Attempts to file protests through
Fedbid will not be considered legitimate as they do not conform to the
requirements in the Federal Acquisition Regulation (FAR). It is preferable
that disputes and protests be resolved as quickly as possible at the lowest
level possible before considering the more formal process described below.
The HQ, AMC-Level Protest Program is intended to encourage interested parties to
seek resolution of their concerns within AMC, as an Alternate 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 33.10. If you
want to file a protest under the 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. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command
Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA
22060-5527. The AMC-Level Protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not
available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.Company must be registered on System for Award Management
(SAM) prior to receipt of quote in order to receive an award. Offeror are
reminded that failure to comply C"BBshall render their quote as
non-responsive.C"BB If company is not registered in SAM, they may do so by
going to SAM web site at www.sam.gov.Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.New equipment ONLY, NO remanufactured productsFOB Destination CONUS (CONtinental U.S.)Bid MUST be good for 90 days, after submission. No partial bids will be accepted.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP