Washington Bids > Bid Detail

N--57 WPS AV Upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159048637944335
Posted Date: Apr 7, 2023
Due Date: Apr 12, 2023
Solicitation No: FY23-57WPS-AV-Upgrade
Source: https://sam.gov/opp/0b9021e012...
Follow
N--57 WPS AV Upgrade
Active
Contract Opportunity
Notice ID
FY23-57WPS-AV-Upgrade
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 06, 2023 08:07 pm EDT
  • Original Date Offers Due: Apr 12, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N059 - INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    McChord AFB , WA 98438
    USA
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 FY23-57WPS-AV-Upgrade and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. 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 sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-04-12 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be McChord AFB, WA 98438

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: SurgeX Black
SurgeX Comprehensive Protection Defender Series 15A/120V 8 Out horizontal rack mount power strip, 2, EA;
LI 002: Black
Blanks, Vents, Shelves, and Associated Rack Hardware., 2, LOT;
LI 003: Extron White
TLP Pro 725M, 2, EA;
LI 004: Netgear Black
Netgear ProSafe 8-Port POE Smart Switch for intercommunication of AV Equipment through Extron Control protocols, 2, EA;
LI 005: Middle Atlantic Black
1RU x 10" Deep Perforated shelf, 2, EA;
LI 006: Extron Black and Silver
IP Link® Pro Control Processor, 1, EA;
LI 007: Denon Black
Blu-ray, DVD & CD/SD/USB Player, 1, EA;
LI 008: Extron Black and Silver
10x8 Seamless 4K Scaling Presentation Matrix Switcher, 1, EA;
LI 009: Extron White
HDMI 4K/60 Wallplate Tx, White 330 feet (100 m), 4, EA;
LI 010: Extron Black
DTP HDMI 4K 330 Rx, 1, EA;
LI 011: Barco
G62-W9 9, 000-Lumen WUXGA Laser DLP Projector Black, No Lens-Body Only-Black, 2, EA;
LI 012: Barco
G LENS (WUXGA 1.22-1.53:1) - STD LENS, 2, EA;
LI 013: Extron XPA 2004, 1, EA;
LI 014: Biamp Black
TesiraFORTÉ DSP fixed I/O server with 12 analog inputs, 8 analog outputs, 8 channels configurable USB audio and 32 x 32 channels Dante, 1, EA;
LI 015: Renkus-Heinz
Non-Powered, 200 W Pgm @ 16 Ohms; Sensitivity 94dB 1W/1m, 4, EA;
LI 016: Certified 4K60 18G High Speed HDMI Cable, 6', 5, EA;
LI 017: Comprehensive Cable Black
MicroFlex Pro AV/IT 18G Active Directional High Speed HDMI Cable w
ProGrip Black 25 ft, 4, EA;
LI 018: Integration cabling package.
.5 1,000'
Windy City Wire Black 23-4P UNS SOL CMP Cat6 for 1Ghz LAN, Plenum

1 1,000' Windy City Wire Black
23-4P OAS SOL CMP Cat6 Shielded for HDbaseT, DM, DTP, XTP, Plenum

1 1,000
Windy City Wire Black
18-02 UNS STR CMP for 70v Speaker Systems and DC power, Plenum, 1, LOT;
LI 019: Labor to decommission all existing loudspeakers in auditorium, 1, EA;
LI 020: Labor to mount owner furnished 85" display and mount to the back wall to be used as a confidence monitor, 1, EA;
LI 021: Labor to decommission existing AV Rack equipment and Projection Related Equipment, 1, EA;
LI 022: Technical Services to generate initial Product Submittals for review and acceptance., 4, EA;
LI 023: Technical Design Services to ensure interoperability of components and satisfaction of design criteria., 4, EA;
LI 024: Technical Services to compile Operation and Maintenance Manuals at project completion., 4, EA;
LI 025: Assembly of equipment racks and technical enclosures including
installation of components, termination and management of head end cabling, and fabrication of internal wiring harnesses., 2, EA;
LI 026: Off-Site Programming to generate application specific audio routing and processing configurations, 2, EA;
LI 027: Off-Site Programming to generate application specific system user interfaces and control automation., 4, EA;
LI 028: On-Site Deployment and Testing of system devices and associated
programming by manufacturer trained technicians., 4, EA;
LI 029: Training Services for End-User or "Train the Trainer" including system orientation and basic operation., 4, EA;
LI 030: Mobilization Services for delivery of products and services to the customer site., 4, EA;
LI 031: Middle Atlantic Black
Middle Atlantic Products CFR Series Rack, CFR-8-16, 1, EA;
LI 032: Extron
IPCP Pro 250 - IP Link® Pro Control Processor, 1, EA;
LI 033: Custom ProCo HDMI Decora Inserts for Lecturn, 1, LOT;
LI 034: Extron
DXP 42 HD 4x2 HDMI Matrix Switcher, 1, EA;
LI 035: Extron Black and Silver
XPA 2001-70V, 1, EA;
LI 036: Crestron White
Saros 6.5 2-Way In-Ceiling Speaker, White Textured, 6, EA;
LI 037: Certified 4K60 18G High Speed HDMI Cable, 12', 5, EA;
LI 038: Comprehensive Cable Black
MicroFlex Pro AV/IT 18G Active Directional High Speed HDMI Cable w
ProGrip Black 25 ft, 31, EA;
LI 039: Wyrestorm Black
15 Meter / 49' Active PLENUM HDMI Over Fiber Cable 24Gbps 4-core
Active Optical HDMI Cable | 4K HDR 4:4:4/60, ARC, CEC, ALLM & VRR |
Kevlar strengthened | ISF Certified, 2, EA;
LI 040: Integration cabling package.
.25 1,000'
Windy City Wire Black
23-4P UNS SOL CMP Cat6 for 1Ghz LAN, Plenum

.5 1,000'
Windy City Wire Black
18-02 UNS STR CMP for 70v Speaker Systems and DC power, Plenum, 1, LOT;
LI 041: Field labor to decommission existing applicable equipment and cabling in WUG Classroom, 1, EA;
LI 042: Extron White
NBP 200, 2, EA;
LI 043: Extron
Media Presentation Switcher with DTP Extension and Variable Preamp Output, DTP 330, 2, EA;
LI 044: Chief Black
Large height adjustable tilt wall mount, 2, EA;
LI 045: LG Black
85" 3840 x 2160 UHD Commercial Lite LED backlit LCD TV - Black, 2, EA;
LI 046: Wyrestorm Black
20 Meter / 49' Active PLENUM HDMI Over Fiber Cable 24Gbps 4-core
Active Optical HDMI Cable | 4K HDR 4:4:4/60, ARC, CEC, ALLM & VRR |
Kevlar strengthened | ISF Certified, 1, EA;
LI 047: Integration cabling package.

.25 1,000' Windy City Wire Black
23-4P OAS SOL CMP Cat6 Shielded for HDbaseT, DM, DTP, XTP, Plenum

Floor Raceway As Needed By Site Conditions

HDMI Decora Insert, 2, LOT;
LI 048: Wyrestorm Black
20 Meter / 65' Active PLENUM HDMI Over Fiber Cable 24Gbps 4-core
Active Optical HDMI Cable | 4K HDR 4:4:4/60, ARC, CEC, ALLM & VRR |
Kevlar strengthened | ISF Certified, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace 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 End User 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: 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.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

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 email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 06, 2023 08:07 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >