7G--IT Equipment

expired opportunity(Expired)
From: Federal Government(Federal)
FBNCHSC23AML0002

Basic Details

started - 13 Jan, 2022 (about 2 years ago)

Start Date

13 Jan, 2022 (about 2 years ago)
due - 21 Jan, 2022 (about 2 years ago)

Due Date

21 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
FBNCHSC23AML0002

Identifier

FBNCHSC23AML0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710429)DEPT OF THE ARMY (133321)AMC (72699)ACC (75083)MISSION & INSTALLATION CONTRACTING COMMAND (25859)419TH CSB (14441)W6QM MICC-FT DRUM (11696)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 FBNCHSC23AML0002 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 2022-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,250.00 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
href="https://marketplace.unisonglobal.com" target="_blank">https://marketplace.unisonglobal.com, will end on:2022-01-21 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.FOB Destination shall be Fort Bragg, NC 28310The MICC End User requires the following items, Brand Name or Equal, to the following:LI 001: Meshtastic T-Beam V1.1 ESP32 Lastest ESP32 Version: REV1 WIFI bluetooth 8MB PSRAM 4MB Flash 3D Antenna LORA Product Description Working voltage: 1.8~3.7v Acceptable current:10~14mA Transmit current: 120mA@+20dBm 90mA@+17dBm 29mA@+13dBm Operating frequency: 433/470MHz(433HMz version) /868M/915M(868MHz version) Transmit power: +20dBm Receive sensitivity : -139dBm@LoRa &62.5Khz&SF=12&146bps -136dBm@LoRa &125Khz&SF=12&293bps -118dBm@LoRa &125Khz&SF=6&9380bps -123dBm@FSK&5Khz&1.2Kbps Frequency error:+/-15KHz FIFO space :64Byte Data rate :1.2K~300Kbps@FSK 0.018K~37.5Kbps@LoRa Modulation Mode :FSK,GFSK,MSK,GMSK,LoRa TM,OOK Interface form :SPI Sleep current : 0.2uA@SLEEP 1.5uA@IDLE Operating temperature :-40°C- +85°C Digital RSSI function Automatic frequency correction Automatic gain control Low voltage detection Fast wake-up and frequency hopping Highly configurable data packet handler GPS GPS modules NEO-6M, 3V-5V power supply Universal Destined module with ceramic antenna, signal super Save the configuration parameter data EEPROM Down With data backup battery There are LED signal indicator Default Baud Rate: 9600 Power Power Supply Input USB 5V/1A Charging current 500mA Battery Input 3.7-4.2V Charge IC AXP192 CH9102F CHIP, 72, EA;LI 002: Pi 4 4GB Complete Starter Kit PI4-4GB-STR32F-C4-WHT-K-1 Raspberry Pi 4 Model B with 1.5GHz 64-bit quad-core ARMv8 CPU 4 GB RAM CanaKit 3.5A USB-C Power Supply Premium White Case Set of 3 Aluminum Heat Sinks CanaKit Fan Official Raspberry Pi Keyboard and Mouse Micro HDMI to HDMI Cable (6-foot cable) SanDisk 32GB Class 10 MicroSD Card, USB Card Reader Dongle CanaKit Quick-Start Guide, 12, EA;LI 003: GL-AR750S-Ext (Slate) Gigabit Travel AC VPN Router, 300Mbps(2.4G)+433Mbps(5G) Wi-Fi, 128MB RAM, MicroSD Support, Repeater Bridge, OpenWrt/LEDE pre-Installed, Cloudflare DNS 【DUAL BAND AC WIRELESS ROUTER】 Simultaneous dual band with wireless speed 300Mbps(2.4G)+433Mbps(5G). Tethering Compatible. Convert a public network(wired/wireless) to a private Wi-Fi for secure surfing. 【OPEN SOURCE & PROGRAMMABLE】 OpenWrt/LEDE pre-installed, backed by software repository. 【VPN CLIENT & SERVER】 OpenVPN and WireGuard pre-installed, compatible with 30+ VPN service providers. 【LARGER STORAGE & EXTENSIBILITY】 128MB RAM, 16MB NOR Flash and 128MB NAND Flash, up to 128GB MicroSD slot, USB 2.0 port, three Gigabit Ethernet ports (1 WAN and 2 LAN). 【PACKAGE CONTENTS】 GL-AR750S-Ext (Slate) router with 1-year limited warranty, power adapter, USB cable, Ethernet cable and user manual. Please update to the latest firmware from our web site. For those orders which are fulfilled by seller, it may take around 7-14 working days for mail items to reach recipients., 36, EA;LI 004: ASUS ZenScreen MB16AC - LED Monitor - Full HD (1080P) Screen Size 15.6" Glare Screen Glare LED Backlight Yes Widescreen Yes Recommended Resolution 1920 x 1080 Pixel Pitch 0.179mm Brightness 220 cd/m2 Contrast Ratio 800:1 Aspect Ratio 16:9 Response Time 5 ms Panel IPS Display Type Full HD Connectivity Input Video Compatibility Digital Connectors USB Type-C USB 3.0 USB Type-C (USB-C or USB3.0* signal) *DisplayLink drivers are required for USB mode, but not for USB-C mode Power Complies with ENERGY STAR Power Supply Power Consumption (Typical) 8W Power Saving Mode: 0W Power Off Mode: 0W Convenience Regulatory Approvals Energy Star, BSMI, CB, CCC, CE, FCC, KCC, RoHS, UkrSEPRO, UL/cUL, VCCI, WEEE, WHQL (Windows 10, Windows 8.1, Windows 7), RCM, TUV Flicker-free , TUV Low Blue Light, CU(EAC) Features SPLENDID Video Preset Modes: 8 Modes (sRGB Mode/Scenery Mode/Theater Mode/Standard Mode/Night View Mode/Game Mode/Reading Mode/Darkroom Mode) QuickFit (modes): Yes (Alignment Grid/Photo Modes) GamePlus(modes): Yes (Crosshair/Timer) Super Narrow Bezel Design : Yes Low Blue Light: Yes Auto-rotate: Yes Display Widget OS Compatibility: Microsoft Windows, Mac OS, Chrome OS, Linux Dimensions & Weight Dimensions (H x W x D) 8.91" x 14.16" x 0.31" Weight 1.72 lbs. Packaging Package Contents Accessories: ASUS Smart Case DisplayPort over USB-C cable (USB-C to USB-C) USB Type-C to A adapter ZenScreen pen Quick start guide, 6, EA;LI 005: Logitech Bluetooth Pebble Mouse M350 Brand Logitech Name PEBBLE M350 Model 910-005773 Type Dual (RF / Bluetooth Wireless) Wireless Power Supply 1 AA pre-installed battery Operating Time 18 months Distance 32.81 ft. Details Hand Orientation Both Hands Tracking Method Optical Buttons 3 Scrolling Capability 1 x Wheel Color Blue Grey Maximum dpi 1000 dpi Version Bluetooth OS / System Requirement Operating System Supported Windows | Mac | Chrome OS | Linux | Works with Surface System Requirement Receiver Required: Available USB port Windows 10 or later, Windows 8, Windows 7 macOS 10.10 or later Chrome OS Linux Kernel 2.6+ Bluetooth Required: Bluetooth Low Energy technology Windows 10 or later, Windows 8 macOS 10.10 or later Chrome OS, Android 5.0 or later, 6, EA;LI 006: Logitech K380 Multi-Device Bluetooth Keyboard Model Brand Logitech Name K380 Model 920-007558 Keyboard Design Style Mini Key Switch Type No Keyboard Color Black Dimensions 0.60" x 10.90" x 4.90" Type Bluetooth Wireless Mouse Mouse Included No Wireless Power Supply 2 AAA Batteries OS / System Requirement Operating System Supported PC: Windows 7, Windows 8, Windows 10 or later Mac: Mac OS 10.10 or later Chrome OS Android tablet or smartphone: Android 3.2 or later. iPad or iPhone: iOS 5 or later Apple TV 2nd or 3rd generation System Requirement Bluetooth wireless computers or other devices that support external keyboards (HID profile). An internet connection (for optional software download) Wireless Distance 30 feet, 6, EA;LI 007: Shipping and Handling, 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 MaintenanceShipping 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.pdf5152.233-4000 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 Instructions252.204-7012 Safeguarding of Unclassified Controlled Technical InformationAll 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 InstructionsPlease 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*****Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award.Reporting During Contract PerformanceEqual Opportunity

BLDG X-6066 African Lion BLVD  ,
 NC  28310  USALocation

Place Of Performance : BLDG X-6066 African Lion BLVD

Country : United States

You may also like

NAVIOS EQUIPMENT

Due: 16 Apr, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 334111Electronic Computer Manufacturing
pscCode 7G22IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE)