This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as
supplemented
with additional information included in this notice. This announcement
constitutes the
only solicitation; quotes are being requested and a separate written
solicitation will not
be issued.
Competitive quotes are being requested under Request for Quote (RFQ) #
N66001-17-Q-
6791. The NAICS code applicable to this acquisition is 334310 and the small
business
size standard is 750 employees. This procurement is a Total Small Business
Set-Aside.
Only quotes submitted by Small Business Concerns will be accepted by the
Government.
Any quote that is submitted by a non-Small Business Concern will not be
considered for
award.
To be considered acceptable and eligible for award, quotes must provide all of
the items
and quantities listed below. The Government will not consider quotes or offers
for partial
items or quantities. Anticipated contract line items are as follows:
Brand Name Do not Substitute
Item B/N Part Number Description Qty
1 Cisco CTS-SX20N-P40-K9 SX20 Quick w/ P40 Cam, 1 mic,
remote cntrl and CE software 1Each
2 Cisco CON-ECDN-SX2PHD4X ESS WITH 8X5XNBD SX20 Qk Set HD,
NPP,4x PHDCam,1 mic RC 1Each
3 Cisco CTS-SX20-QS-WMK Wall Mount Kit for SX20 1Each
4 Cisco CTS-MIC-TABL20 Cisco TelePresence Table Microphone
20 1Each
5 Cisco CAB-MIC20-EXT Cisco TelePresence Table Microphone
20 extension cable 1Each
6 AMX FG2265-05 10.1" Modero S Series G4 Tabletop Touch Panel
1Each
7 AMX FG1906-22 DVX3256 1Each
8 AMX FG1010-310 AVB-TX-MULTI-DXLINK 2Each
9 AMX FG1010-500 DXLink HDMI RX 2Each
Brand Name or Equal Specifications
10 Chief LFAUS Large Fusion Manual Height Adjustable Floor AV
Stand 2Each
11 KRAMER KR-VM2HDCPXL DVI DISTRIBUTION AMP 2Each
12 Monoprice 9482 1000' Box CAT VI Plenum 1Each
13 C2G 56782 3ft HDMI Cable 3Each
14 C2G 56783 6ft HDMI Cable 5Each
15 C2G 56784 10ft HDMI Cable 2Each
16 C2G 50225 6ft VGA with stereo audio 3Each
17 C2G 50226 10ft VGA with stereo audio 2Each
18 C2G 54321 DP to DVI-D adapter 2Each
19 Chief FCA800 Fusion 8" Above/Below Shelf for Large Displays
1Each
20 Da-Lite 98220MV 12RU Equipment Rack Cart - Mahogany Veneer
1Each
21 TRIPPLITE ISOBAR12ULTRA POWER STRIP SURGE 12 RCPTL
1Each
22 Samsung ME75C REPLACEMENT NME75C 75" Samsung professional
display 1Each
SPECIFICATIONS
ITEM 10 Overview
Provide a secure mount for a Large Format Display to a drywall of concrete
wall.
Features
Floor stand for large format monitor
Ships with a custom hardware kit
200 lbs. Capability
55" 82" Screen size
Quantity: 2
Comparable Parts
MFG Part Number Part Name
Chief LFAUS Large Fusion Manual Height Adjustable Floor AV Stand
ITEM 11
Overview
Provide DVI video distribution to multiple outputs
Features
HDCP compliance
Up to 1080p resolution support
HDMI support
Quantity: 2
Comparable Parts
MFG Part Number Part Name
KRAMER VM-2HDCPXL DVI DA 1:2
ITEM 12
Overview
1000FT CAT6 BULK UNSHIELDED (UTP) ETHERNET NETWORK CABLE WITH STRANDED
CONDUCTORS IN-WALL CM-RATED
Features
24AWG, stranded, bare copper conductors
In-wall, CM-Rated, jacket
Black (preferred)
Quantity: 1
Comparable Parts
MFG Part Number Part Name
Monoprice 9482 1000' Box CAT VI Plenum
ITEMS 13-18
Overview
Video and audio cables
Features
HDMI and VGA with Audio
Quantity:
3' HDMI: qty 3EA
6' HDMI: qty 5EA
10' HDMI: qty 2EA
6' VGA with stereo: qty 3EA
10' VGA with stereo: qty 2EA
DP to DVID adapter: qty 2EA
Comparable Parts
MFG Part Number Part Name
C2G 56782 3ft HDMI Cable
C2G 56783 6ft HDMI Cable
C2G 56784 10ft HDMI Cable
C2G 50225 6ft VGA with stereo audio
C2G 50226 10ft VGA with stereo audio
C2G 54321 DP to DVI-D adapter
ITEM 19
Overview
Provide a secure mount for a camera above or below monitor.
Features
8" wide shelf
Height extension range 12.9 19.2" from center of screem tp sje;f
Height adjustable for 37" to 70" displays
Quantity: 2
Comparable Parts
MFG Part Number Part Name
Chief FCA800 Fusion 8" above/below shelf
ITEM 21
Overview
Rack mounted surge protector
Features
12 NEMA 5-15R outlets
15A resettable circuit
NEMA 5-15P plug
Quantity: 1
Comparable Parts
MFG Part Number Part Name
Tripplite ISOBAR12ULTRA Isobar 12-outlet surge protector
ITEM 22
Overview
75 inch Large Format Display (LFD) using latest LED technologies for best
picture quality
and least amount of power consumption.
Features
Diagonal Size: 75"
Resolution: 1920 X 1080(FHD) or better
Minimum Contrast Ratio: 5000:1 or better
Minimum Viewing Angle(H/V): 178/178 or better
Inputs:
o RGB Analog D-SUB, DVI-D, Display Port 1.2
o Video HDMI1,HDMI2, Component(CVBS Common)
o Audio Stereo mini Jack
o Usb USB 2.0 x 1
External Control: RS232C
Power Supply: AC 100 - 240 V~ (+/- 10 %), 50/60 Hz
VESA Mount
Safety: cUL (USA+Canada)
EMC: FCC (USA) FCC Part 15, Subpart B class A
Quantity: 1
Comparable Parts
MFG Part Number Part Name
SAMSUNG ME75C SAMSUNG 75IN PRO LED LCD HDTV MON
Delivery Date: 30 Sep 2017
Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance:
N66001
Ship to Address: Ship to Address: N66001
SPAWAR Systems Center Pacific
Receiving Officer
4297 Pacific Highway, Bldg OT7
San Diego, CA 92110-5000
Offeror Instructions:
Notice: The Government may consider quotes that fail to follow all instructions
to be
unacceptable and ineligible for contract award.
Quotes shall:
1. Include a separate concise, clear, and descriptive narrative technical
approach (not to exceed one page) on how they will provide all of the Cat5
Cables
supplies to the site and time. Quoters are encouraged to submit pictures,
brochures, or
and other pertinent technical information of the quote to facilitate the
evaluation;
2. Include pricing for each individual unit and a total price in US Dollars ($);
3. Be written in English and show the offeror name, address, DUNS and CAGE
code, business size and type of small business, and telephone and e-mail
address of an
Offeror point of contact;
4. Stay within the page limitations indicated below;
5. Be submitted in electronic PDF or Excel format; and
6. Include the following certification and supply chain information. The
certification statement below applies to line items 001 through 022.
Certification: "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)." Certification is not limited in pages.
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.
All text shall be formatted on an 8 by 11 inch page in 12 point Times New
Roman font.
All pages of the Technical File shall be numbered and shall not exceed ten
pages.
The technical acceptability shall include the following:
Factor I Specifications: N/A
The price quote shall include the following:
Factor II Price:
The price quote shall include the following and is limited to one page:
Offerors shall
provide a unit price for each item and a total firm-fixed-price for all line
items. The total
firm-fixed-price shall include all applicable taxes, shipping, and handling
costs to the
shipping address listed above.
Evaluation Factors for Award:
Factor I Specifications:
The Government will evaluate the quote to see if the following specification
requirements
are met:
Basis of award: The government anticipates awarding a firm-fixed price
purchase order
and it will be based on the lowest priced technically acceptable.
"QUOTE BRAND NAME do not Substitute"
Factor II- Price:
The Government will evaluate the total price to determine if it is fair and
reasonable.
Notice: Any offer rated "Unacceptable" under any one of the above factors may
be
determined to be ineligible for contract award.
Basis For Award:
This procurement will use the lowest price technically acceptable source
selection
methodology. The Government intends to award a contract to the lowest price
technically acceptable quote received in response to this solicitation. Any
quote evaluated
as unacceptable will not receive an award.
This solicitation document incorporates provisions and clauses in effect
through Federal
Acquisition Circular (FAC) 2005-91 and Defense Federal Acquisition Regulation
Supplement (DFARS) Publication Notice 20161222 . It is the responsibility of
the
contractor to be familiar with the applicable clauses and provisions. The
clauses can be
accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/.
The following provisions apply to this acquisition :
FAR 52.204-7, System for Award Management (Oct 2016);
FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017);
FAR 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial
Items
(Jan 2017);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or
Transactions Relating to IranRepresentation and Certifications (Oct 2015);
252.203-7005, Representation Relating to Compensation of Former DoD Officials
(Nov
2011); and
252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992).
The following clauses, incorporated by reference, apply to this acquisition:
52.204-16, Commercial and Government Entity Code Reporting (Jul 2016);
52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016);
52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017).
FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement
Statutes or
Executive Orders -- Commercial Items applies to acquisition and includes:
52.XXX-X ,
The following additional FAR and DFARS clauses, incorporated by reference,
apply to this
solicitation:
52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013);
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec
2013);
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
(Sep
2011);
252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep
2013);
252.204-7003, Control of Government Personnel Work Product (Apr 1992);
252.204-7006, Billing Instructions (Oct 2005);
252.204-7011, Alternative Line Item Structure (Sep 2011);
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
(Oct 2016);
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
(Jun
2012);
252.232-7006, Wide Area Work Flow Payment Instructions (May 2013);
252.232-7010, Levies on Contract Payments (Dec 2006);
252.244-7000, Subcontracts for Commercial Items (Jun 2013); and,
252.247-7023, Transportation of Supplies by Sea (Apr 2014).
This RFQ closes on 29 Aug 2017 at 10:00 AM, Pacific Time. Questions and 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-Q-
6791. E-mail quotes or offers will not be accepted. Late quotes will not be
accepted. For
e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk
at 858-
537-0644 or
[email protected].
The point of contact for this solicitation is Frederick Espiritu at
[email protected]. Please include RFQ# N66001-17-Q-6791 on all
inquiries.
The due date for questions is 25 Aug 2017. Questions may be addressed afterward
at the
discretion of the Government.
All responding vendors must have a completed registration in the System for
Award
Management (SAM) website prior to award of contract. Information can be found
at
https://www.sam.gov/. Complete SAM registration means offerors shall have a
registered
DUNS and active CAGE Code.
Bid Protests Not Available