Audio Visual Information Technology Equipment for OCICB (Brand Name and Brand Name or Equal)
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Fe...
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04, January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334310, Audio and Video Equipment Manufacturing, with a small business size standard of 750 employees. The combined synopsis/solicitation number is RFQ-NIAID-2131464-V2 and this is issued as a Request for Quotes (RFQ), under Brand Name (considered limited source restriction) for some items and Brand Name or Equal (considered full and open competition) for other items. Note, this RFQ is substantially similar to and is essentially a revision of RFQ-NIAID-2131464, with several changes implemented to reduce bidder confusion (see below). This requirement IS a TOTAL SET-ASIDE for small business. Vendors can qualify under either one or both of these NAICS codes to meet the small business classification: 334310, Audio and Video Equipment Manufacturing, with a small business size standard of 750 employees 334111, Electronic Computer Manufacturing, with a small business size standard of 1250 employees BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name manufacturer. BRAND NAME OR EQUAL: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors of “equal” products, including “equal” products of the brand-name manufacturer, must meet the criteria for the salient characteristics of the items specified below. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. Project Description: The National Institute of Allergy and Infectious Diseases' (NIAID) Operations and Engineering Branch (OEB) of the Office of Cyber Infrastructure and Computational Biology (OCICB) (collectively “Program”) manages and develops the technology infrastructure that supports Intramural research, Extramural investments and Administrative management. OEB services 4000+ end users in more than 20 locations throughout the United States. Infrastructure services provided by OEB are maintained and used 24 hours a day, 7 days a week. Services include applications hosting, audio/visual engineering, data base administration, data center operations, enterprise storage, high performance computing, platform management, networking and security, remote access, server development, unified communications, workstation configuration and management. Many of the OCICB AudioVisual (AV) Team’s equipment need replacement as they can no longer be serviced. For example, the existing Crestron equipment models used by OCICB have not been available for purchase since early 2017 and have not been serviceable since then. NIAID OCICB-AV Team no longer has any more inventory available to replace, swap, or service these components. Thus, new replacement Information Technology (IT)/Audio Visual (AV) equipment is required. Requirements: Brand Name Restriction items: Brand: Evertz; Description: Fanless Standalone AV Gateway encapsulates 4096x2160p @ 60 Hz video, audio, USB 2.0 ; Part Number: UXP-TRS4KQ-2U ; Qty: 4 Brand: Evertz; Description: Fanless Standalone AV Gateway encapsulates 4096x2160p @ 60 Hz video, audio; Part Number: UXP-TRS4KQ-2; Qty: 4 Brand: Evertz; Description: Standard rack mountable 19” W 3RU Low Noise Option; Part Number: 7800FR–QT; Qty: 1 Brand: Evertz; Description: Modular AV Gateway with USB; Part Number: UXP-TRM4K; Qty: 6 Brand: Evertz; Description: SFP+, 1000 BASE-T RJ45, 100m; Part Number: UXP-SFP2-1G-T; Qty: 14 Brand: Evertz; Description: Session Manager; Part Number: NUC-AV-100; Qty: 1 Brand: Crestron; Description: Control System Processor; Part Number: MC4 - 6510820; Qty: 1 Brand: Crestron; Description: Portable 7" Touch Panel - White; Part Number: TS-770-W-S - 6510823; Qty: 1 Brand: Crestron; Description: Occupancy Sensor, Dual Technology Network Occupancy Sensor, POE Powered, 2,000 sq. ft coverage, Ceiling Mounted; Part Number: CEN-ODT-C-POE - 6510948; Qty: 1 Brand: Crestron; Description: 7in. Room scheduling touch screen white smooth; Part Number: TSS-770-W-S; Qty: 1 Brand: Crestron; Description: Active Converter Cable, USB-C™ to HDMI®, 18 Gbps, 6 ft (1.8 m); Part Number: CBL-4K-USBC-HD-6; Qty: 1 Brand: Crestron; Description: Active Converter Cable, Mini DisplayPort to HDMI®, 18 Gbps, 6 ft (1.8 m); Part Number: CBL-4K-MDP-HD-6; Qty: 1 Brand: Crestron; Description: Active Converter Cable, DisplayPort to HDMI®, 18 Gbps, 6 ft (1.8 m); Part Number: CBL-4K-DP-HD-6; Qty: 1 Please cross reference this list with the Bill of Materials (BOM) attached. Brand Name or Equal items: A Brand Name or Equal (full and open competition) is appropriate for the rest of the items that are not Crestron or Evertz branded in this acquisition as long as they meet the technical specifications (eg, of being equal in capability) to the listed brand. See Bill of Materials (BOM) for the full list of items. The requirements of this RFQ under RFQ-NIAID-2131464-V2 is substantially similar to and is essentially a revision of RFQ-NIAID-2131464, with the following changes implemented to reduce bidder confusion: 1. Removal of the requirement for the custom furniture item (eg, Middle Atlantic C5 Credenza item) 2. Addition of several equipment part numbers for clarification and/or comparison purposes Place of Performance or Delivery: NIAID 5601 Fishers Lane Room 6A17 Attn: Alan Rea Rockville, MD 20852 FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award. The award will be based on the following: the capability to meet the brand name requirement and price. Submission shall be received not later than August 08, 2022 @ 4:00 PM EST. The questions deadline is August 03, 2022 @ 4:00 PM EST. Offers may be e-mailed to Lu Chang at
Data sourced from SAM.gov.
View Official Posting »