Federal Bid

Last Updated on 24 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
North brunswick New jersey

63--Wireless video intercom system

Solicitation ID PR8072094
Posted Date 29 Mar 2019 at 6 AM
Archive Date 24 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office U.S. Embassy Islamabad, Pakistan
Agency Department Of State
Location North brunswick New jersey United states 08902
CANCELLATION 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 PR8072094 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-101 with a small business size standard of $20.50M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-02-25 12:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be North Brunswick, NJ 08902

The U.S. Embassy Islamabad, Pakistan requires the following items, Brand Name or Equal, to the following:
LI 001: Wireless Color Video Door Monitor With Intercom System- Product Sku : K-3031 -Salient Characteristics (Quoted items must meet the below Characteristics) : - -Wireless Color Video Door Monitor With Intercom System - Strong, stable 2.4GHz wireless signal with flawless audio video quality - Long Range operating distance of up to 1000-Feet. - - Power: Specific lithium battery BP-6M (1100mAh) Consumption: 400mA Size: (H) 4.9-Inches (W) 7.8-Inches (D-Thickness) 0.7-Inch Weight: 110-Gram Temperature: -0℃~+40℃ Placement: Wall mount type or table top style LCD Size: 7" TFT color screen Wireless communication mode: 2.4GHz Working time: 2-hours continuous Standby time: 100-hours Charge time: 3-hours External power: DC5V 1A Application distance: About 1000-Feet in open space Outdoor Power: Specific lithium battery BP-6M(1100mAh) Consumption: 400mA Size: (H) 5.3-Inches (W) 2.9-Inches (D-Thickness) 1.2-Inches Weight: 122g Temperature: -10℃~+50℃ Waterproof grade: IP55 Placement: Flush mount (Includes mounting bracket) Surface material: ABS & hardware accessories Camera: 300,000 pixels View angle: 120° wide angle Night vision pattern: 2-IR lamps Working time: 3hours continuous Standby time: 1000hours Charge time: 3-hours External power: DC5V 1A, 20, SET;

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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, U.S. Embassy Islamabad, Pakistan intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. 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. U.S. Embassy Islamabad, Pakistan 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected]. :
If this is a “Brand Name Only� procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es).

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to [email protected].

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov.

In order for your quotation to be considered, include below information in bid: 1. Delivery Period after receiving of Purchase Order: 2. Warranty details (if any): 3. Stock availability: 4. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. 5. Acceptance of our Net 30 days Payment terms. 6. Active DUNS: 7. Authorized distributor (certificate will be checked) 8. Confirmation of supplying 100% new and genuine stuff. 9. ***Provide technical specification and picture of quoted item for technical approval. 10. Copying our line item description is not acceptable. Bidder has to provide detailed description of their offered product in their bid column. Copy past is not acceptable. 11. Partial/incomplete bid is not acceptable. Failure to do so will be caused rejection of bid. The U.S. Government intends to award a Firm-fixed Purchase Order to a responsible company who submits a detailed technical acceptable proposal and has reasonable pricing. You are encouraged to make your quote competitive. This Request for Quotation (RFQ) does not commit the American Embassy to make any award. The Embassy may cancel this RFQ or any part of it. Note: This buy is set-a-side for USA vendors and only authorized distribute/sellers can participate in bedding. US Government Standard Payment Terms: Payment will be made through Electronic Fund Transfer (EFT) within 30days only if complete delivery of acceptable items/services in accordance with our purchase order is made at our address and submission of legitimate invoice to Financial Management Office (FMO) at [email protected] along with proof of delivery.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far.

(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.

Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been “substantially transformed� in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered “substantially transformed� based solely on its integration into IT or other systems.

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.

Note: Do not participate if you cannot fulfill the below instructions. (Part -1/2) PACKING, MARKING/LABEL AND SHIPPING INSTRUCTIONS PACKING: All Item(s) on the attached purchase order should be packed properly and securely. Package must be designed to be stackable to allow forklift handling and sling handling when loading. Your company have an obligation to ensure that goods are properly packaged, prepared and secured for the journey from the supplier’s premises to the final destination as well as for storage before and after the shipment. MARKING: All packaging must be properly marked and labelled according to the instructions given in the Purchase Order. This is also important when the goods will be delivered directly from supplier’s own subcontractor. Each package is to be marked with case markings given in the Purchase Order. The case markings shall be laminated, weatherproof and fastened firmly. Size A4 shall be used for small packages. The supplier is responsible for packing the IMO dangerous goods properly, according to regulations. LABEL: The purpose of labelling is to identify the material and supplier when it reaches its final destination. Every single material, bundle if shipped loose, shall have to be identified by the relevant tag. Access to the tag must be such as to make it possible to take away the “counterfoil�. The “counterfoils� of the tags belonging to items contained in boxes/cases/pallets must be detached from the “stub� and collected in a plastic envelope on the outside of the package. In case of material shipped to its final destination directly by the packer/supplier, the counterfoils must be detached after the completion of all the packing operations, grouped into envelopes bearing the number of the relevant package and sent to the Purchaser’s shipping department. Label/Marking must be weather proof showing the data indicated in the order. Tags must be accurate and clearly marked on each carton/box as mentioned below: PO# TBD IKUN, LLC 2801 Route 130,Unit 1 North Brunswick, NJ 08902 Phone: (732) 855-8880 / 571-482-5289/571-482-5290 ATTENTION: US EMBASSY ISLAMABAD

(Part -2/2) SHIPPING INSTRUCTIONS Contact the New York DA Office at (732) 855-8880 for shipping instructions (facsimile number: 732-855-8899 or e-mail at [email protected] ; [email protected] and [email protected] after the DA Office has been notified, send the shipment to the following address: It’s mandatory to mention Post Order # TBD on each packing/cartons and its packing slip, otherwise shipment will be rejected. PO# TBD IKUN, LLC 2801 Route 130, Unit 1 North Brunswick, NJ 08902 Phone: (732) 855-8880 / 571-482-5289/571-482-5290 ATTENTION: US EMBASSY ISLAMABAD Important Notes: 1. Please do not send anything to the above address without contacting the New York DA Office first. 2. Two copies of the packing slip must be attached to the outside of the freight and one inside. Each pallet or carton must be labeled with the embassy name and purchase order number. If your cargo is not marked as stated we are allowed to refuse your freight!* 3. Must call our warehouse 3 days prior to shipping for a delivery appointment (571) 482-5289. Operating hours are from Monday thru Fridays 7:30am until 3:30pm, closed for lunch from 12:00pm until 12:45pm. 4. For 10 or more cartons or pallets you must make appointment anything less than 10 does not need an appointment. 5. If you cannot fit the embassy name and purchase order number in the ship to address please have it in the description part of your packing slip! 6. Please make sure that all cartons are marked with the US Embassy Islamabad and purchase order number. CONTRACT CLAUSES: The Contractor shall comply with the Federal Acquisition Regulation (FAR) clauses, which are incorporated by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR/DOSAR clauses attached are part of this PO, these clauses can also be accessed electronically using the following links: DOSAR Clauses accessible: https://www.ecfr.gov/cgi-bin/text-idx?SID=2e978208d0d2aa44fb9502725ecac4e5&mc=true&tpl=/ecfrbrowse/Title48/48chapter6.tpl FAR Clauses accessible: https://acquisition.gov/browsefar

Bid Protests Not Available

Similar Past Bids

North brunswick New jersey 13 Feb 2019 at 4 AM
North brunswick New jersey 24 Oct 2019 at 8 AM
North brunswick New jersey 11 Sep 2024 at 9 AM
North brunswick New jersey 15 Oct 2018 at 7 AM
North brunswick New jersey 08 Aug 2024 at 11 AM