Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

58--Tandberg

Solicitation Number: 1010826005
Agency: Department of State
Office: FedBid.com -- for Department of State procurements only.
Location: FedBid.com
  • Print
:
1010826005
:
Modification/Amendment
:
Added: Sep 18, 2008 1:02 pm Modified: Sep 20, 2008 12:28 pmTrack Changes
CANCELLATION NOTICE: Bids are being solicited under solicitation number 1010826005. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 93631.


GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.

This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-19 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520

The Department of State requires the following items, Exact Match Only, to the following:
LI 001, Tandberg Equipment: QTY2 10-9569-0000 Large format display wall-mount integration bundle. Includes 65" Sharp Aquos 1080p display [LC-65D64U] with tilting wallmount bracket, custom drywall-on-metal-stud reinforcement blocking kitwith mounting fasteners, mudrings, gromet wallplate, plenum cabling assemblies for concealed in-wallwiring, and cable terminators; QTY 2 10-8362-0212 TANDBERG Videoconferencing bundle. Includes T-6000 MXP videoconferencing CODEC [113545], (2) PrecisionHD high definition (720p) cameras [115730S2], TANDBERG video switch [116460],H.239 Natural Presenter Package (NPP) software option [113828NPP], high-bandwidth softwareoption [1138563], first year on-site maintenance including phone support, advanced part replacementwith on-site labor, and software updates and upgrades [1012290212]; QTY 1 10-6144-0212 Integrated multimedia rack. Includes 10RU integration rack on sliding rail system [SRSR-4-12] Rack-mounted power supply, rack hardware (shelves, rack screws, lacing bars, and straps), SonyDVD/VCR with DVD record capability [RDR-VXD655]; QTY 2 910-151-881 Converge Pro 880T 8-channel AEC Microphone Mixer; QTY 8 ES947 Cardioid Condenser Boundary Table Microphone; QTY 8 ES945 Omnidirectional Condenser Boundary Ceiling Microphone; QTY 1 60-325-16 8x8 Wideband Matrix Switchers with ADSP for RGB and Stereo Audio; QTY 1 10-6205-0000 Ceiling recessed non-tensioned motorized projection screen. Matte white surface, wide-screen format, 110" diagonal; QTY 1 C280A Crown Audio 280A Dual 80W Zone Power Amplifier 280 Amp; QTY 1 10-9812-0000 Projector ceiling mount installation kit. Includes projector clamp, vertical strut adapter, ceiling mounting plate for 2x2 or 2x4 drop deiling, fasteners, 50' plenum VGA, component, and compositevideo, wallplate and mudring; QTY 4 CONTROL26CT JBL 6" Ceiling recessed round speaker; QTY 1 WL639U Mitsubishi 3500 Lumens LCD Business Projector 1280 x 1024 SXGA; QTY 1 AV2-TPMC-PAK Crestron Performance Pak. Includes Isys I/O wireless touch pannel [TPMC-8X], docking station / charger [TPMC-8X-DS], compact control system w/ Ethernet [MC2E], (4) IR IR emitter probes [IR2P],and regulated universal power pak [PW-2410RU]; QTY 1 10-8362-2000 Project Management; QTY 1 10-8362-0312 1 year on-site service for audiovisual elements separate from videoconferencing system; QTY 1 10-8362-1000 Installation, integration, and training - lead engineer; QTY 1 10-8362-4000 Install - junior engineer; QTY 1 10-8362-6000 Control System programming; QTY 6 10-8362-5000 Engineering and design (hourly rate); QTY 6 10-8362-7000 Technical drawings (hourly rate); Price reduction if General Contractor (GC) installs ceiling screen during building construction of ceiling; Price reduction if General Contractor (GC) installs low voltae wiring during building construction of walls., 1, Lot;

For this solicitation, Department of State 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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.

(a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system.

New equipment ONLY, NO remanufactured products

Bid MUST be good for 30 calendar days after submission

FOB Destination CONUS (CONtinental U.S.)

No partial shipments unless otherwise specified

Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov

A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government.

DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.

The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.

Bidder must be Tandberg-Authorized Federal Reseller

:
1701 N FORT MYER DRIVE, ARLINGTON, VA 22209
:
WASHINGTON, DC 20520
20520
US
:
Name: James Sisson, Title: Contract Specialist, Phone: 7038755260, Fax: 7038756085, Email: sissonjc@state.gov;