Federal Bid

Last Updated on 19 Mar 2018 at 8 AM
Combined Synopsis/Solicitation
Fort polk Louisiana

77--T.V

Solicitation ID POLKFIREMO0009
Posted Date 17 Sep 2017 at 11 PM
Archive Date 19 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fedbid.Com -- For Department Of Army Procurements Only
Agency Department Of Defense
Location Fort polk Louisiana United states 71459
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 POLKFIREMO0009 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 2017-09-20 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Polk, LA 71459

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: TouchIT 85Z10 85-inch Y Series LED Display, U PC Code 0608641030501 Panel Size (Dia.) 85 inches Native Resolution 3840 x 2160 M ax. Display M ode 3840 x 2160 Brightness 350 nits Contrast 5000:1 View Angle 178°/178° Response Time 6 m/s Backlight Life 60 000 Hours Operating Temp. 0-50 C Operating Humid. 10-90 % Input Voltage 110-240V (auto) Power Consump. < 370 Watts Standby Power < 0.5 Watts CPU CORTEX A53x2 1.5GHz GPU MALI450MP4 (4+ 2) 600MHz M emory 1.5G Flash 8G Android Android 5.0 Input Connector VGA x2, HDMI x2, YPbPr x1, AV x1, USB for Touch x2, USB for PC x1, RJ45 x1, USB for Android x3 Output Connector AV x1, SPDIF x1, Audio x1 Screen Control RS232 & Remote Tempered Glass YES M ulti-Touch Points 10 Touch Panel IR, 10 Points Built-in Speakers 10W x 2 VESA M ounting Pattern 600 x 400 (M 8 bolts) NET Weight KG 103.56 KG NET Weight LBS 228.31 LBS Dimension (WxHxD) (mm) 1960.54 x 1156.75 x 118.1 Dimension (WxHxD) (inches) 76.46" x 45.46" x 4.64" Gross Weight KG 116.2 kg Gross Weight LBS 255.64 lbs Packaged Dimensions (WxHxD) (mm) 2120 x 310 x 1430 Packaged Dimensions (WxHxD) (inches) 83.46" x 12.20" x 56.30" Frame Color Silver OPS Docking Slot No Package Contents 1 x LED Yes 1 x Power Cord Yes 5ft (1.5m) 1 x HDM I V1 .4 Yes 5ft (1.5m) 1 x VGA Cable Yes 5ft (1.5m) 1 x U SB Cable A(m) to B(m) Yes 5ft (1.5m) 1 x Audio Cable (3 .5 E) Yes 5ft (1.5m) 1 x Remote & Batteries Yes 1 x Stylus Yes 1 x Cleaning Cloth Yes M ounting Screws Yes (M 8 x 4) 1 x Touch IT Notes Presenter Yes 1 x Oktopus Single U ser Yes Interactive Screens / Whiteboards/Interactive LCD/LED Template Screen Size 85 IN Screen Type LED Interface Touch Sensitive Multi Touch 10 Contrast Ratio 5000:1 Built in PC Yes Video Resolution HDTV (1080P) Audio Output (built in speakers) 10w x 2 channels Video Inputs HDMI, VGA Tempered Glass Yes General Attributes Product W eight 228.31 LBS Countryof Origin Taiwan W arranty 3 YEARS W arrantyDetails 3 Year On Site Warranty(USA, Canada, Australia) Product Height 45.46 IN Product W idth 76.46 IN Shipping Height 12.20 IN Shipping W idth 83.46 IN Freight Class 200 UPC 0608641030501 Shipping W eight 255.64 LBS, 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 End User 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 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 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 [email protected]. 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 [email protected] 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 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 FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.

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.

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

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, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.

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

"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to 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 20 working 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. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. 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.

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.

Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - [email protected] or call 315-772-5582.

Bid Protests Not Available

Similar Past Bids

Broadway New jersey 22 Sep 2010 at 4 PM
North brunswick New jersey 23 Sep 2021 at 4 PM
North brunswick New jersey 20 Sep 2021 at 1 PM
Albany Georgia 23 Feb 2021 at 7 PM
Location Unknown Not Specified

Similar Opportunities

Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)