SUBMIT PROPOSAL TO:



| |University of Central Florida |

|SUBMIT BID TO: |INVITATION TO BID |

|PURCHASING DEPARTMENT |Commodities |

|UNIVERSITY OF CENTRAL FLORIDA |Acknowledgment Form |

|12479 RESEARCH PARKWAY, BLDG. 600 | |

|ORLANDO, FL 32826 | |

|Phone:(407)823-2661 – Fax (407) 823-5551 | |

|purchasing.ucf.edu | |

|Page 1 of 98 Pages |BIDS WILL BE OPENED May 28, 2008 @ 2:00p.m. |BID NO. 8025DCA |

| | | |

| |and may not be withdrawn within 160 days after such date and time. | |

|UNIVERSITY MAILING DATE: |BID TITLE: OIR MULTIMEDIA EQUIPMENT |

|April 16, 2008 | |

|FEDERAL EMPLOYER IDENTIFICATION NUMBER OR S.S. NUMBER |

|VENDOR NAME |REASON FOR NO BID |

|VENDOR MAILING ADDRESS | |

|CITY - STATE - ZIP CODE |POSTING OF BID TABULATIONS |

|AREA CODE TELEPHONE NO. |Bid tabulations with intended award(s) will be posted for review by interested |

| |parties at the location where the Bids were opened and will remain posted for a |

| |period of 72 hours. Failure to file a protest within the time prescribed in |

|TOLL FREE NO. |Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings |

| |under Chapter 120, Florida Statutes. |

|FAX NO. | |

|Government Classifications | |

|Check all applicable |I certify that this bid is made without prior understanding, agreement, or |

| |connection with any corporation, firm or person submitting a bid for the same |

|□ African American □ American Women |materials, supplies, or equipment and is in all respects fair and without |

|□ Asian-Hawaiian □ Government Agency |collusion or fraud. I agree to abide by all conditions of this bid and certify |

|□ Hispanic □ MBE Federal |that I am authorized to sign this bid for the bidder and that the bidder is in |

|□ Native American □ Non-Minority |compliance with all requirements of the Invitation to bid, including but not |

|□ Non-Profit Organization □ Pride |limited to, certification requirements. In submitting a bid to an agency for |

|□ Small Business Federal □ Small Business State |the State of Florida, the bidder offers and agrees that if bid is accepted, the |

| |bidder will convey, sell, assign or transfer to the State of Florida all rights,|

| |title and interest in and to all causes of action it may now or hereafter |

| |acquire under the Anti-trust laws of the United States and the State of Florida |

| |for price fixing relating to the particular commodities or services purchased or|

| |acquired by the state of Florida. At the State’s discretion, such assignment |

| |shall be made and become effective at the time the purchasing agency tenders |

| |final payment to the bidder. |

GENERAL CONDITIONS

SEALED BIDS: All bid sheets and this form must be executed and submitted in a sealed envelope. (DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE.) The face of the envelope shall contain, in addition to the above address, the date, and time of the bid opening and the bid number. Bid prices not submitted on attached bid price sheets when required shall be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection.

1. EXECUTION OF BIDs: Bid must contain a manual signature of authorized representative in the space provided above. Bid must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by bidder must be initialed. The company name and F.E.I.D. or social security number must appear on each pricing page of the Bidder as required.

2. NO BID SUBMITTED: If not submitting a bid, respond by returning only this bidder acknowledgment form, marking it "NO BID," and explain the reason in the space provided above. Failure to respond without justification may be cause for removal of the bidder’s name from the bid mailing list. NOTE: To qualify as a respondent, bidder must submit a "NO BID," and it must be received no later than the stated bid opening date and hour.

3. BID OPENING: Shall be public, on the date, location and the time specified on the bid form. It is the bidder’s responsibility to assure that the bid is delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will not be considered. Offers by telegram or telephone are not acceptable. A bid may not be altered after opening of the bids unless allowed by the Director of Purchasing in accordance with established procedures.

NOTE: Bid tabulations will be furnished upon written request with an enclosed, self addressed, stamped envelope. Bid tabulations will not be provided by telephone.

4. PRICES, TERMS AND PAYMENT: Firm prices shall be bided and include all services rendered to the purchaser.

(a) TAXES: The University does not pay Federal Excise and Sales taxes on direct purchases of tangible personal property. See tax exemption number on face of purchase order or agreement form. This exemption does not apply to purchases of services in the performance of contracts for the improvement of state-owned real property as defined in Chapter 192, Florida Statutes.

(b) DISCOUNTS: Cash discount for prompt payment shall not be considered in determining the lowest net cost for bid evaluation purposes.

(c) MISTAKES: Bidders are expected to examine the conditions, scope of work, bid prices, extensions, and all instructions pertaining to the services involved. Failure to do so will be at the bidder’s risk.

(d) INVOICING AND PAYMENT: All vendors must have on file a properly executed W-9 form with their Federal Employer Identification Number prior to payment processing.

Vendors shall submit properly certified original invoices to:

Finance & Accounting

12424 Research Parkway, Suite 300

Orlando, Florida 32726-3249

Invoices for payment shall be submitted in sufficient detail for a proper preaudit and postaudit. Prices on the invoices shall be in accordance with the price stipulated in the contract at the time the order is placed. Invoices shall reference the applicable contract and/or purchase order numbers. Invoices for any travel expenses shall be submitted in accordance with the State of Florida travel rates at or below those specified in Sections 112.061 and 287.058 F.S. Travel Reimbursement must be made using the UCF Voucher for Reimbursement of Traveling Expenses available on the web at .

Final payment shall not be made until after the contract is complete unless the University has agreed otherwise.

Interest Penalties: In accordance with UCF Policy 3-208, available on-line at . Vendor interest penalty payment requests will be reviewed by the UCF ombudsman whose decision will be final.

Vendor Ombudsman: A vendor ombudsman position has been established within the Division of Finance & Accounting. It is the duty of this individual to act as an advocate for vendors who may be experiencing problems in obtaining timely payments(s) from the University of Central Florida. The Vendor Ombudsman may be contacted at (407) 882-1104 or in writing at the address above to the attention of the UCF Vendor Ombudsman.

The ombudsman shall review the circumstances surrounding non-payment and apply the rules outlined in the UCF Prompt Payment Compliance policy to determine if:

• an interest payment amount is due;

• the amount of the payment; and

• Shall ensure timely processing and submission of the payment request in accordance with University policy.

(e) Annual Appropriations: The University’s performance and obligations to pay under this contract in contingent upon an annual appropriation by the Legislature.

5. CONFLICT OF INTEREST: The award hereunder is subject to the provisions of Chapter 112, Florida Statutes. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of the University of Central Florida

Rev 3/99

or any of its agencies. Further, all bids must disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the bidder’s firm or any of its branches. No person or firm who receives a contract to perform a feasibility study for potential implementation of a subsequent contract, participates in the drafting of a competitive solicitation, or develops a program for future implementation shall be eligible to contract with the University of Central Florida for any dealing with that specific subject matter in accordance with chapter 255,FS. Bidders must disclose with their bids any such conflict of interest.

6. AWARDS: As the best interest of the University of Central Florida may require, the right is reserved to reject any and all bids or waive any minor

irregularity or technicality in bids received. Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive.

7. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality of the services offered on this bid performance of the items offered on this bid prior to their completion, it shall be the responsibility of the successful bidder to notify the purchaser at once, indicating in writing the specific regulation which requires an alteration. The University of Central Florida reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel the contract at no expense to the University.

8. LEGAL REQUIREMENTS: Applicable provision of all federal, state, county and local laws, and of all ordinances, rules and regulations shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid response hereto and the University of Central Florida, by and through its officers, employees and authorized representatives, or any other person, natural or otherwise: and lack of knowledge by any bidders shall not constitute a cognizable defense against the legal effect thereof.

9. ADVERTISING: In submitting a bid, the bidder agrees not to use the results there from as a part of any commercial advertising.

10. ASSIGNMENT: Any Contract or Purchase Order issued pursuant to this Invitation to Bid and the monies which may become due hereunder are not assignable except with the prior written approval of the purchaser.

11. LIABILITY: The supplier shall hold and save the University, its officers, agents, and employees harmless against claims by third parties resulting from the contractor’s breach of this contract or the contractor’s negligence. This requirement does not apply to contracts between governmental agencies.

12. FACILITIES: The University reserves the right to inspect the bidder’s facilities at any time with prior notice.

13. PUBLIC RECORDS: Any material submitted in response to this Invitation to Bid will become a public document pursuant to Section 119.07, F.S. This includes material which the responding bidder might consider to be confidential or a trade secret. Any claim of confidentiality is waived upon submission, effective after opening pursuant to Section 119.07, F.S.

14. EQUAL EMPLOYMENT OPPORTUNITY: The nondiscrimination clause contained in Section 202, Executive Order 11246 as amended by Executive Order 11375 relative to Equal Employment Opportunity for all persons without regard to race, color, religion, sex, or national origin and the implementing rules and regulations prescribed by the Secretary of Labor, are incorporated herein.

15. DEFAULT: Failure to perform according to this bid and/or resulting contract shall be cause for your firm to be found in default in which event any and all reprocurement costs may be charged against your firm. Any violations of these stipulations may also result in:

(a) Contractor’s name being removed from the Purchasing Department vendor mailing list

(b) All State agencies being advised not to do business with the contractors without written approval of the Purchasing Department..

16. CANCELLATION: The University shall have the right of unilateral cancellation for refusal by the contractor to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the contractor in conjunction with the contract.

Introduction

The University Of Central Florida Office of Instructional Resource (OIR) is responsible for multimedia equipment and installation services for the departments on the main campus and satellite campuses.

UCF realizes that the specified technology for listed items may change or become obsolete. If the scenario presents itself, UCF will obtain quotes for those items from all vendors awarded this contract and amend the contract as needed.

Ms. Bren Bedford of OIR must be notified within 72 hours of items on back order and items with a longer than 30 days delivery. Notification must be by e-mail: bbedford@mail.ucf.edu referencing purchase order number, item model and description.

1. POSTING OF BID TABULATIONS: Bid tabulations with recommended awards will be posted for review by interested parties at the location where bids were opened on May 28, 2008 at 2:00pm, and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

A. A written notice of intent to protest within seventy-two (72) hours (three (3) business days) of the posting of the recommended selection. UCF shall not extend or waive this time requirement for any reason whatsoever.

B. A formal written protest by petition within ten (10) calendar days of the date on which the notice of intent to protest is filed. UCF shall not extend or waive this time requirement for any reason whatsoever.

C. A formal written protest by petition must be accompanied by a Protest Bond payable to UCF in the amount of $10,000 or 10% of UCF’s estimate of the total value of the proposed contract, whichever is less. The form of the Protest Bond shall be a cashier’s check or money order.

D. In addition to all other conditions and requirements of this ITB, UCF shall not be obligated to pay for information obtained from or through the Bidder.

2. BID OPENING: Bids will be received and opened May 28, 2008 at 2:00pm in the Purchasing Department, Orlando Tech Center, 12479 Research Parkway, Bldg. 600, Orlando, Florida. Time of opening will be local date and time at this location. Bidders will submit original and 2 copies. Bidders must submit one (1) cd/dvd with the complete Excel spreadsheet and pricing.

3. ADDITIONAL INFORMATION & QUESTIONS: We encourage questions or comments which might aid in the improvement of our existing specifications. The university will not give verbal answers to inquiries regarding the specifications, or verbal instructions prior to or after award of the bid. A verbal statement regarding same by any person shall be non-binding. The university is not liable for any increased cost resulting from the bidder accepting verbal direction. All changes, if necessary, shall be made by written addendum to the bid.

Any explanation desired by vendors must be requested of the University of Central Florida Purchasing Department in writing by April 28, 2008 at 4:00 pm. Inquiries must be legible and concise and must clearly identify the bidder who is submitting the inquiry (clearly identify on cover of envelope that contents inside are only questions concerning the bid and not the actual bid response), and if an explanation is necessary, a reply shall be made in the form of an addendum. Email questions are preferred. Specifications, terms and conditions may not be changed except by formal written addendum. A copy of which will be forwarded to each vendor who has received a set of the bid documents from the university. Vendors obtaining bid documents from any other source must notify the University of their name, address, telephone and facsimile numbers in order to receive any addenda. Direct all inquiries to:

Dorothy Straight

Senior Purchasing Agent

University of Central Florida

Purchasing Department

12479 Research Parkway, Bldg. 600

Orlando, Florida 32826

Ph 407-823-2661

Fax 407-823-5551

email dstraigh@mail.ucf.edu

5. DELIVERY: Specify delivery date after receipt of order in terms of days or weeks on bid sheet. Failure to do this may be cause for rejection of bid.

6. F.O.B.: The F.O.B. Point shall be the University of Central Florida. Exact point of delivery to be designated on the Purchase Order. Prices will include delivery to UCF.

7. PARKING: The successful bidder, if any is selected by the University of Central Florida (UCF), shall ensure that all vehicles parked on campus for purposes relating to work resulting from this bid shall have proper parking permits. This applies to all personal vehicles and all marked and unmarked company vehicles which will be on any UCF campus for one (1) day or more or on a recurring basis. All such vehicles must be registered with UCF's Parking Services Department, and parking permits must be purchased by Bidder.

Bidder's vehicle(s) shall observe all University of Central Florida parking rules and regulations. Failure to obtain parking permits, properly display them, and otherwise comply with all UCF's parking rules and regulations could result in the issuance of a parking ticket and/or towing at the expense of Bidder or Bidder's employee.

For additional parking information contact UCF's Parking Services Department @ 407-823-5812.

8. EMPLOYMENT OF ALIENS: The employment of unauthorized aliens by any Contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract.

9. AVAILABILITY OF FUNDS: The obligations of the University under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida.

10. AWARD: Award is anticipated to be multiple vendors. The University will either accept or reject all of your offer. Do not alter the Excel spreadsheet format to the Bid Sheets. Do not add or delete lines. You will need to add your company name in the box which states – Vendor Name. Fill in your price or state No Bid in appropriate sections below Vendor Name.

11. TERM OF CONTRACT: The effective period of any contract resulting from this Invitation to Bid will begin on or about July 1, 2008 through June 30, 2009. Subject to the availability of funds appropriated by the Legislature for this purpose, this agreement shall be renewable by mutual consent in annual increments of two (2) one (1) year periods.

12. CANCELLATION: The Director of Purchasing, by written notice, may terminate in whole or in part any purchase orders resulting from this invitation, when such action is in the best interest of the University. If purchase orders are so terminated, the University shall be liable only for payment for services rendered prior to the effective date of termination. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. For the protection of both parties, this contract may be cancelled in whole or in part by either party by giving thirty (30) days prior notice in writing to the other party.

13. INSURANCE REQUIRED: Upon receipt of Letter of Intent and prior to issuance of a Purchase Order, Contract or Notice to Proceed, the Contractor shall obtain all Insurance set forth below and furnish the University an Insurance Certificate which will evidence that all of the appropriate coverage’s are in full force and effect.

INSURANCE, CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE

The contractor shall take out and maintain during the life of this agreement COMPREHENSIVE GENERAL LIABILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protect you from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this agreement whether such operations are by you or by anyone directly or indirectly employed by you, and the amount of insurance shall be the minimum limits as follows:

A. CONTRACTOR'S COMPREHENSIVE GENERAL $ 500,000.00 Each Occurrence,

LIABILITY COVERAGES, BODILY INJURY

& PROPERTY DAMAGE

B. AUTOMOBILE LIABILITY $ 500,000.00 Each Occurrence,

COVERAGES, BODILY INJURY

C. PROPERTY DAMAGE LIABILITY $ 500,000.00 Each Occurrence,

(other than automobile) $ 1,000,000.00 Aggregate

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an OCCURRENCE BASIS.

INSURANCE, LOSS DEDUCTIBLE CLAUSE

The University shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the contractor providing such insurance.

INSURANCE, SUBCONTRACTOR'S PUBLIC LIABILITY AND DAMAGE PROPERTY

The contractor shall require each subcontractor to secure and maintain during the life of the subcontract, insurance of the type specified above or insure the activities of subcontractors in their own policy, as specified above.

INSURANCE, WORKER'S COMPENSATION

The contractor shall take out and maintain during the life of this agreement Worker's Compensation Insurance for all of his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker's Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the University, for the protection of your employees not otherwise protected.

INSURANCE, SOURCE OF INSURANCE

All policies for insurance set forth in this INSURANCE REQUIRED CLAUSE shall be with insurers qualified and admitted by the Florida Department of Insurance to write business in the State of Florida.

14. USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES: At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities.

Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award.

15. PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

16. IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violation.

3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

___________________________

VENDOR'S SIGNATURE

Bid Sheets:

Appendix II is an Excel spreadsheet with 23 Lots for filling in your vendor name and unit prices. You must fill in your company name in the box that states Vendor Name. Do not change the format, add or delete lines to the spreadsheets. Additional information must be placed on a separate page. Vendors are required to provide a cd/dvd with the Excel spreadsheet complete with name and pricing.

|LOT |MANUFACTURER |GRAND TOTAL |LOT |MANUFACTURER |GRAND TOTAL |

| A |CRESTON |$ |L |MIDDLE ATLANTIC |$ |

|B |LG | |M |EXTRON |$ |

|C |SONY |$ |N |JBL |$ |

|D |PROJECTION DESIGN |$ |O |KSI |$ |

|E |NEC |$ |P |EGAN |$ |

|F |MITSUBISHI |$ |Q |POLYVISION |$ |

|G |CHIEF |$ |R |SMART TECHNOLOGIES |$ |

|H |ELMO |$ |S |DALITE |$ |

|I |CROWN |$ |T |PANASONIC |$ |

|J |GYRATION |$ |U |POLYCOM |$ |

|K |MISCELLANEOUS |$ |V |TRIPPLITE |$ |

| | | |W |SHARP |$ |

Does your bid meet our specifications exactly? ___ Yes ___ No

Prices quoted are good for at least _____ days following bid opening.

Delivery will be _______ days after receipt of order

Payment terms: ____________________________________________________________.

I certify that I am an officer of the company or am otherwise authorized to contract in the name of the company for these items, and that all items bid meet all details of the documents comprising this invitation except as noted above.

___________________________________ __________________________________

COMPANY NAME AUTHORIZED SIGNATURE

________________________________ ___________________________________

MAILING ADDRESS PRINTED NAME

_______________________________ ___________________________________

CITY, STATE, ZIP CODE TITLE

________________________________ (______)____________________________

FEDERAL EMPLOYER ID NUMBER PHONE NUMBER

_______________________________ (______)_____________________________

E-MAIL ADDRESS FAX NUMBER

• F.O.B. delivered

APPENDIX I

CERTIFICATE OF NON-SEGREGATED FACILITIES

We,__________________________________________________________________ certify to the University of Central Florida that we do not and will not maintain or provide for our employees any segregated facilities at any of our establishments, and that we do not and will not permit our employees to perform their services, under our control, where segregated facilities are maintained. We understand and agree that a breach of this certification is a violation of the Equal Opportunity clause required by Executive order 11246 of 24 September 1965.

As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash room, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national origin, because of habit, local custom or otherwise.

We, further, agree that (except where we have obtained identical certifications from proposed subcontractors for specific time periods) we will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that we will retain such certification in our files; and that we will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted certifications for specific time periods):

NOTE TO PROSPECTIVE SUBCONTRACTORS OR REQUIREMENTS FOR CERTIFICATIONS OF NON-SEGREGATED FACILITIES. A Certificate of Non-segregated Facilities, as required by the 9 May 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor (32 Fed. Reg. 7439, 19 May 1967), must be submitted prior to the award of a sub-contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each sub-contract or for all subcontracts during a period (i.e. quarterly, semiannually, or annually).

NOTE: Whoever knowingly and willfully makes any false, fictitious or fraudulent representation may be liable to criminal prosecution under 18 U.S.C. 1001.

CERTIFICATE OF NON-SEGREGATED FACILITIES

SUBPART - CONTRACTOR'S AGREEMENTS

SEC. 202. Except in contracts exempted in accordance with Section 204 of this Order, all Government contracting agencies shall include in every Government contract hereafter entered into the following provisions:

During the performance of this contract, the contractor agrees as follows:

(1) The contractor will not discriminate against any employee or applicant for employment because of face, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause.

(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin.

(3) The contractor will send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or worker's representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of notice in conspicuous places available to employees and applicants for employment.

(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965 and of the rules, regulations, and relevant orders of the Secretary of Labor.

(5) The contractor will furnish all information and reports required by Executive order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders.

(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoiced as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

(7) The contractor will include the provision of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase orders the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interest of the United States.

SEC. 402 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era:

(1) The contractor agrees to comply with the affirmative action clause and regulation published by the US Department of Labor implementing Section 402 of the Vietnam Era Veteran's Readjustment Assistance Act of 1974, as amended, and Executive Order 11701, which are incorporated in this certificate by reference.

PROPOSER COMPANY NAME_____________________________________

AUTHORIZED SIGNATURE________________________________________

TITLE__________________________________________________________

DATE__________________________________________________________

|ITB8025DCA APPENDIX II | | | |

|BID SHEET | | | |

|  | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|CRESTRON |  |  |  |

|Control Systems, Etc. |  |  |  |

|TPS-4000 |Crestron |Isys 10.4" Tilt Touchpanel |  |

|TPS-12B |Crestron |Isys® 12" Tilt Touchpanel (Slimline black) |  |

|TPS-15B |Crestron |Isys® 15" Tilt Touchpanel (Slimline black) |  |

|TPS-17B |Crestron |Isys® 17" Widescreen Tilt Touchpanel (Slimline black) |  |

|TPMC-8X |Crestron |Isys i/O™ 8.4" WiFi Touchpanel |  |

|TPS-RFGWX |Crestron |2.4 GHz Spread Spectrum 2-Way RF Gateway |  |

|C2N-MMS |Crestron |Video/RGB Switcher |  |

|C2N-MMS-SC |Crestron |Scan Converter Card for C2N-MMS |  |

|C2N-VEQ4 |Crestron |4-Channel Volume/EQ Control Module |  |

|C2ENET-1 |Crestron |Single Port Ethernet Card for 2-Series Control Systems |  |

|C2VEQ4 |Crestron |4-Channel Volume/EQ Control Card |  |

|C2N-SPWS300 |Crestron |300 Watt Cresnet Power Supply |  |

|ITB8025DCA APPENDIX II | | | |

|BID SHEET | | | |

|  | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|SMK-3000 |Crestron |Swivel Mount for Isys® 6.4" and 10.4" Tilt Touchpanels |  |

|SMK-12/15/17 |Crestron |Swivel Mount for Isys® 12", 15", and 17" Tilt Touchpanels | |

|CNPWS-75 |Crestron |External 75 Watt Power Supply |

|CNXRMAK |Creston |Rack Mount for CNPWS-75 | |

|IRP2 |Creston |IR Emitter Probe | |

|STIRP |Crestron |IR Emitter Probe |  |

|ST-COM |Crestron |Cresnet RS-232/422 COM Module |  |

|ST-IO |Crestron |Cresnet Input/Output Module |  |

|ST-RMK |Crestron |Rack Mount Kit for SmarTouch™ Expansion Modules |  |

|STX-1700CXPW |Crestron |SmarTouch™ 2-Way Spread Spectrum Wireless Touchpanel w/Wall Mount |  |

|ITB8025DCA APPENDIX II | | | |

|BID SHEET | | | |

| | | | |

|Part/Model Number |Manufacturer |Description |Vendor name |

| | | |Price or No Bid |

|CNRFGWA |Crestron |434MHz 1-Way RF Gateway |  |

|CNRFGWA-418 |Crestron |418MHz 1-Way RF Gateway |  |

|CNTBLOCK |Crestron |Network Terminal Block |  |

|CNPCI-8 |Crestron |Power Control Interface |  |

|PW-2420RU |Crestron |Regulated Universal Power Pack 24VDC, 2A (50 Watts) |  |

|MPS-100 |Crestron |Multimedia Presentation System 100 |  |

|MPS-200 |Crestron |Multimedia Presentation System 200 |  |

|MPS-300 |Crestron |Multimedia Presentation System 300 |  |

|CN-RJ11 |Crestron |4 Wire to RJ11 “One to One” converter for all Crestron Control Systems | |

|CLW-DIM |Crestron |Wall Box Dimmer | |

|CLW-DIM1 |Crestron |Wall Box Dimmer, Single Button | |

|CLW-DIMS |Crestron |Wall Box Master Dimmer | |

|CLW-DIMS1 |Crestron |Wall Box Master Dimmer, Single Button | |

| | | |  |

| | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

| | | |Price or No Bid |

|QM-FTCC-TPS4 |Crestron |3.6” QuickMedia™ FlipTop Touchpanel Computer Center | |

|QM-WMC |Crestron |QuickMedia™ Wall Plate Media Center |  |

|QM-WMIC |Crestron |Microphone Input Module for QM-WMC |  |

|QM-TX |Crestron |QuickMedia™ Transmitter |  |

|QM-RX |Crestron |QuickMedia™ Receiver |  |

|QM-RMCRX-BA |Crestron |Room Media Controller and QuickMedia™ Receiver |  |

|QM-MD5X1 |Crestron |5X1 QuickMedia™ Distribution Center |  |

|QM-MD4X2 |Crestron |4x2 QuickMedia™ Matrix Switcher |  |

|QM-MD7X2 |Crestron |7X2 QuickMedia™ Distribution Center |  |

|QM-MD8X8 |Crestron |8x8 QuickMedia™ Matrix Switcher |  |

|QM-AMP3X80MM |Crestron |3 Channel Multimedia Amplifier |  |

|QM-AMP3X80SR |Crestron |3 Channel Sound Reinforcement Amplifier |  |

|QM-AE |Crestron |QuickMedia™ Audio Extractor |  |

|  |  |  |  |

|ITB8025DCA APPENDIX II | | |

|BID SHEET | | |

|  | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|LG |  |  |  |

|Flat Panels |  |  |  |

|37LC5DC |LG |37" LCD Widescreen HDTV with HD-PPV Capability |  |

|42LC5DC |LG |42" LCD Widescreen HDTV with HD-PPV Capability |  |

ITB8025 APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|SONY |  |  |  |

|Flat Panels |  |  |  |

|FWD-42PX3/B |Sony |42" Plasma Display (no tuner/internal speakers) |  |

|FWD-50PX2/B |Sony |50" Plasma Display (no tuner/internal speakers) |  |

|FWD-32LX2F/B |Sony |32" LCD Display (no tuner/internal speakers) |  |

|FWD-40LX2F/B |Sony |40" LCD Display (no tuner/internal speakers) |  |

|KDS-60A3000 |Sony |60" SXRD Flat Panel Projection TV |  |

|  |  |  |  |

|Camera |  |  |  |

|SNC-RZ25N |Sony |Sony IP Camera |  |

| | | |

|ITB8025DCA APPENDIX II | | |

|BID SHEET | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|PROJECTION DESIGN |  |  |  |

|Projector |  |  |  |

|101-1000-08 |Projection Design |F10: SXGA+ 2500 Lumens DLP Projector w/ Standard |  |

| | |Zoom Lens and | |

| | |Visualization Color wheel 1400 x 1050 | |

|101-1201-08 |Projection Design |F20 SX+: SXGA+ 2200 Lumens DLP Projector w/ Wide |  |

| | |Angle Lens and | |

| | |Viz/Sim Color wheel 1400 x 1050 | |

|101-1208-08 |Projection Design |F20 SX+ Medical: SXGA+ Projector 3300 Lumens DLP |  |

| | |Projector w/ BrilliantColor Technology 1400 x 1050| |

|101-1401-08 |Projection Design |F30: SXGA+ Projector 6500 Lumens DLP Projector w/ |  |

| | |BrilliantColor/Real Color Technology NO LENS | |

| | |INCLUDED 1400 x 1050 | |

| |  |  |  |

|Lamp Module | | | |

|400-0401-00 |Projection Design |F10 Lamp Module |  |

|400-0402-00 |Projection Design |F20 and F20 SX+ Lamp Module |  |

|400-0400-00 |Projection Design |F1+ Lamp Module |  |

|400-0402-00 |Projection Design |F30 Lamp Module |  |

|  |  |  |  |

|Interchangeable Lenses |  |  |  |

|503-0057-00 |Projection Design |0.84:1 EN12 Ultra Wide Angle Lens On Axis |  |

|503-0060-00 |Projection |1.25:1 EN15 Wide Angle Lens |  |

| | | | |

| |Design | | |

|503-0058-00 |Projection Design |1.34-1.74:1 EN13 Wide Angle Zoom Lens |  |

|ITB8025DCA APPENDIX II | | |

|BID SHEET | | | |

| | | | |

|Part/Model Number | | | |

|Manufacturer | | | |

|Description | | | |

|Vendor Name | | | |

| | | | |

| | | | |

|  | | | |

|  | | | |

|Price or NO BID | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

|503-0056-00 | | | |

|Project Design | | | |

|1.74-2.51:1 EN Standard Zoom Lens | | | |

| | | | |

| | | | |

|503-0059-00 | | | |

|Project Design | | | |

|2.56-4.10:1 EN14 Tele Zoom Lens | | | |

| | | | |

| | | | |

|503-0061-00 | | | |

| | | | |

|4.10-7.10:1 EN 16 Super Tele Zoom Lens | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

|ITB8025DCA APPENDIX II | | | |

|BID SHEET | | | |

| | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|NEC |  |  |  |

|Projector |  |  |  |

|VT800 |NEC |XGA LCD with MLA Projector |  |

| | |2700 ANSI Lumens 1024x768 | |

|LT380 |NEC |XGA LCD Projector 3000 ANSI Lumens |  |

| | |1024x768 | |

|NP60 |NEC |XGA DLP Projector 3000 ANSI Lumens |  |

| | |1024x768 | |

| |  |  |  |

|  |  |  |  |

|  |  |  |  |

|  |  |  |  |

|Lamp Module |  |  |  |

|NP05LP |NEC |VT800 Lamp Module |  |

|VT75LP |NEC |LT380 Lamp Module |  |

| | |

|ITB8025DCA APPENDIX II | |

|BID SHEET | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|NP03LP |NEC |NP60 Lamp Module |  |

|  |  |  |  |

|  |  |  |  |

|Flat Panels |  |  |  |

|PV40-AVT |NEC |40" LCD AccuSync |  |

|PV46-AVT |NEC |46" LCD AccuSync |  |

|42XC10 |NEC |42" PlasmaSyn |  |

|42XR5 |NEC |42" Digital Plasma Display |  |

|50XR6 |NEC |50" Digital Plasma Display |  |

|60XR5 |NEC |60" Digital Plasma Display |  |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|MITSUBISHI |  |  |  |

|Projector |  |  |  |

|XD-460U |Mitsubishi |XGA DLP® Projector 2600 ANSI Lumens |  |

| | |1024 x 768 | |

|XD-470U |Mitsubishi |XGA DLP® Projector 3000 ANSI Lumens |  |

| | |1024 x 768 | |

|XD-490U |Mitsubishi |XGA DLP® Projector 3000 ANSI Lumens |  |

| | |1024 x 768 | |

|XL-1550U |Mitsubishi |XGA LCD Projector 3100 ANSI Lumens |  |

| | |1024 x 768 | |

|WL-639U |Mitsubishi |WXGA LCD Projector 3500 ANSI Lumens |  |

| | |1280 x 800 | |

| | | | |

|ITB8025DCA APPENDIX II | | | |

|BID SHEET | | | |

| | | | |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|XL-2550U |Mitsubishi |XGA Projector 4000 ANSI Lumens |  |

| | |1024 x 768 | |

|XL-5900U |Mitsubishi |XGA LCD Projector 4200 ANSI Lumens |  |

| | |1024 x 768 | |

|XL-5900LU |Mitsubishi |XGA LCD Projector 4200 ANSI Lumens |  |

| | |1024 x 768 (No Lens Included) | |

|XL-5980U |Mitsubishi |XGA LCD Projector 5000 ANSI Lumens |  |

| | |1024 x 768 | |

|XL-5980LU |Mitsubishi |XGA LCD Projector 5000 ANSI Lumens |  |

| | |1024 x 768 (No Lens Included) | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|WD-2000U |Mitsubishi | |  |

| | |WXGA DLP® Projector 3000 ANSI Lumens 1280 x 768 | |

|FL-7000U |Mitsubishi |LCD Projector 5000 ANSI Lumens |  |

| | |1920 x 1080 | |

|  |  |  |  |

|  |  |  |  |

|Portable Projector |  |  |  |

|XD-90U |Mitsubishi |XGA DLP® Projector 1500 ANSI Lumens |  |

| | |1024 x 768 | |

| | | | |

| | | | |

| | | | |

ITB 8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Lamp Module |  |  |  |

|VLT-XL30LP |Mitsubishi |XL25 lamp module |  |

|VLT-XD400LP |Mitsubishi |XD400/450/460/480 lamp module |  |

|VLT-X500LP |Mitsubishi |XD490 lamp module |  |

|VLT-XL5950LP |Mitsubishi |XL5900 lamp module |  |

|VLT-XL5950LP |Mitsubishi |XL5950 lamp module |  |

|VLT-XD400LP |Mitsubishi |XD-400/450/460/480 Lamp Module |  |

|VLT-XL500LP |Mitsubishi |XD-490/500 Lamp Module |  |

|VLT-XL5950LP |Mitsubishi |XL-5900 Lamp Module |  |

|VLT-XL5950LP |Mitsubishi |XL-5950 Lamp Module |  |

|VLT-XL550LP |Mitsubishi |XL-1550U Lamp Module |  |

|VLT-XL650LP |Mitsubishi |WL-639U Lamp Module |  |

|VLT-XD2000LP |Mitsubishi |WD-2000U Lamp Module |  |

|VLT-XD470LP |Mitsubishi |XD-470U Lamp Module |  |

|VLT-XL6600LP |Mitsubishi |FL-7000U Lamp Module |  |

ITB8025DCS APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Flat Panels |  |  |  |

|WD-57734 |Mitsubishi |57" Flat Panel Projection TV |  |

|WD-57733 |Mitsubishi |57" Flat Panel Projection TV |  |

|WD-57833 |Mitsubishi |57" Flat Panel Projection TV |  |

ITB 8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|CHIEF |  |  |  |

|Projector Ceiling Mounts, Etc. |  |  |  |

|RPA096 |Chief |For Mitsubishi XD-460/490 - Inverted Custom Projector Mount |  |

|RPA023 |Chief |For Mitsubishi XL-5900/5950 Projector Mount - Inverted Custom |  |

| | |Projector Mount | |

|RPA185 |Chief |For Mitsubishi XL1550/WL639U - Inverted Custom Projector Mount |  |

|RPA145 |Chief |For Mitsubishi WD200U/NEC VT800 - Inverted Custom Projector Mount |  |

|RPA081 |Chief |For NEC LT380 - Inverted Custom Projector Mount |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|RPA081 |Chief |For NEC LT380 - Inverted Custom Projector Mount |  |

|RPA188 |Chief |For NEC NP60 - Inverted Custom Projector Mount |  |

|RPA147 |Chief |For Panasonic PT-LB60U/PT-LB60NTU - Inverted Custom Projector Mount |  |

|RPA191 |Chief |For Panasonic PT-F100U/PT-F100NTU/PT-FW100NTU - Inverted Custom Projector Mount |  |

|RPA6500 |Chief |For Panasonic PT-D4000U/PT-5700/PT-DW5100 - Inverted Custom Projector Mount |  |

|VCM71P |Chief |For Panasonic PT-D7700U-K/PT-DW7000U-K - Inverted Custom Projector Mount |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|VCM72P |Chief |For Panasonic PT-D10000/PT-DW10000 - Inverted Custom Projector Mount |  |

|RPMAU |Chief | |  |

| | |RPA Elite Universal Projector Ceiling Mount with Keyed Locking | |

|WMA300 |Chief |Wall Mount |  |

|LSB100 |Chief |Lateral Shift Bracket |  |

|CMA440 |Chief |Light weight suspended ceiling kit |  |

|CMS455 |Chief |CMS-445™ Speed-Connect™ Suspended Ceiling Tile Replacement Kit |  |

|Flat Panel Wall Mounts |  |  |  |

|MTR6241 |Chief |For NEC AccuSync PV40-AVT/PV46-AVT - Tilt Wall Mount |  |

|PLP2124 |Chief |For LG 37LC5DC/42LB5DC - Tillt Wall Mount |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|ELMO |  |  |  |

|Cameras, Etc. |  |  |  |

|PTC110R |Elmo |PTZ Doc Cam |  |

|PTC100S |Elmo |PTZ Cam |  |

|PTC-401C IP |Elmo |IP PTZ Cam |  |

|9870-1 |Elmo |Wall Mount |  |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|CROWN |  |  |  |

|Microphones |  |  |  |

|PZM10-LL |Crown |PZM cylindrical design, line-level mic |  |

|PZM11-LL |Crown |PZM light switch design, line-level mic |  |

|PZM11 |Crown |PZM light switch design, non-line level mic |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|GYRATION |  |  |  |

|Mice, Keyboards |  |  |  |

|GC1005M |Gyration |GO 2.4 GHz 30' Optical Air Mouse |  |

|GP9120001 |Gyration |ULTRA GT Full-Size Keyboard |  |

|GC1205FKM |Gyration |GO 2.4 Optical Air Mouse and |  |

| | |Full-Size Keyboard Suite | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Miscellaneous |  |  |  |

|CMJ455 |Peerless |Ceiling plate |  |

|CatLinc VGA |SP Controls |VGA to CAT5 Transmitter/Receiver Pair |  |

|CatLinc VID |SP Controls |Composite Video & Stereo Audio to CAT5 |  |

| | |Transmitter/Receiver Pair | |

|711MCZ500 |Buhl |Long Throw Lens |  |

|TM-1278 |Altinex |Table Mount Input Plate |  |

|ULXS14/84 |Shure |Wireless Lavilier Microphone System |  |

|ULXS24/58 |Shure |Wireless Handheld Microphone System |  |

|PIP-200 |Kramer |Picture-in-picture Unit |  |

|BVPIP |Keywest Technologies |Picture-in-picture Unit |  |

ITB8025DCA APPENDIX

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|MISCELLANEOUS  |  |  |Price or NO BID |

|DM 16/12 |Lectrosonics |Audio Mixer |  |

|BDHP20 |Sharp |Aquos Blu-ray Disc Player |  |

|BDP7200/37 |Philips |Blu-ray DVD player |  |

|BD-P1400 |Samsung |Blu-ray Disc Player |  |

|CH VST 2 |Draper |Plasma TV Ceiling Mount with tilt & and swivel |  |

ITB 8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|MIDDLE ATLANTIC |  |  |  |

|Racks, Etc. |  |  |  |

|RK8 |Middle Atlantic |8 Space Rack (16"H x 14"D) |  |

|BRK12 |Middle Atlantic |12 Space Rack (18"H x 21"D) |  |

|BRK14 |Middle Atlantic |14 Space Rack (18"H x 24.5"D) |  |

|BRK16 |Middle Atlantic |16 Space Rack 18"H x 28"D) |  |

|WRK-44SA-27 |Middle Atlantic |44 SPACE (77"), 27" DEEP STAND ALONE RACK WITH REAR DOOR, BLACK FINISH |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|MIDDLE ATLANTIC |  |  |  |

|WRK-40SA-27 |Middle Atlantic |40 SPACE (70"), 27" DEEP STAND ALONE RACK WITH REAR DOOR, BLACK FINISH |  |

|WRK-37SA-27 |Middle Atlantic |37 SPACE (64 3/4"), 27" DEEP STAND ALONE RACK WITH REAR DOOR, BLACK FINISH |  |

|WRK-24SA-27 |Middle Atlantic |24 SPACE (42"), 27" DEEP STAND ALONE RACK WITH REAR DOOR, BLACK FINISH |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|HTX |Middle Atlantic |50 PC. BLACK STAR POST SCREWS W/ WASHERS |  |

|TBIT |Middle Atlantic |STAR POST DRIVER BIT |  |

|FEB-1 |Middle Atlantic |1 SPACE (1 3/4") FLAT ECONO-BLANK |  |

|FEB-2 |Middle Atlantic |2 SPACE (3 1/2") FLAT ECONO-BLANK |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|FEB-3 |Middle Atlantic |3 SPACE (5 1/4") FLAT ECONO-BLANK |  |

|FEB-4 |Middle Atlantic |4 SPACE (7") FLAT ECONO-BLANK |  |

|RC-3 |Middle Atlantic |3 SPACE (5 1/2") RACK CLAMP |  |

|U4 |Middle Atlantic |4 SPACE (7") RACK SHELF |  |

|PD-920R-NS |Middle Atlantic |9 OUTLET, SINGLE 20 AMP CIRCUIT, NON-PROTECTED RACKMOUNT POWER DISTR. |  |

|SL1 |Middle Atlantic |1 Space Plexi Security Cover |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|EXTRON |  |  |  |

|Miscellaneous |  |  |  |

|26-531-01 |Extron |6" 15-pin HD Male to BNC Female Mini High Resolution Cables (SYM BNCF/0.5) |  |

|26-515-02 |Extron |50' VGA 15-pin HD Male to 15-pin HD Mini High Resolution Install Kits (VGA |  |

| | |IST/50') | |

|26-490-03 |Extron |12' 15-pin HD Male to Male VGA Molded Connectors with Audio Cables (VGA-A M-M |  |

| | |MD/12) | |

|26-533-02 |Extron |6' 15-pin HD Male to BNC Male Mini High Resolution Cables (SYM BNCM/6) |  |

|60-480-11 |Extron |4 Input Composite Video Switcher (MSW-4V-rs) |  |

|60-581-01 |Extron |VT - VGA Twisted Pair Transmitter for RGBHV (VTT001) |  |

|60-582-01 |Extron |VT - VGA Twisted Pair Receiver for RGBHV (VTR001) |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|26-566-02 |Extron |6' Male to Male VGA Micro HR with Audio Cables (MVGA-A M-M/6) |  |

|26-566-04 |Extron |25' Male to Male VGA Micro HR with Audio Cables (MVGA-A M-M/25) |  |

|60-297-11 |Extron |SW2 VGA DA2 A Two Input, Dual Output VGA and Stereo Audio Switcher with Rear |  |

| | |Panel Inputs | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|JBL |  |  |  |

|Speakers |  |  |  |

|Control 23WH |JBL |3.5 inch, 2-way System Ultra-Compact Indoor/Outdoor |  |

| | |Background/Foreground Speaker (Each) | |

|Control 25WH |JBL |5.25 inch, 2-way System Compact Indoor/Outdoor |  |

| | |Background/Foreground Speaker (Each) | |

|Control 28WH |JBL |8 inch, 2-way System High Output Indoor/Outdoor |  |

| | |Background/Foreground Speaker (Each) | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Control 29 AV-1 |JBL |8 inch, 2-way Premium High Fidelity, High Output System Speakers (Each)|  |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|KSI |  |  |  |

|Speakers |  |  |  |

|6061-CS |KSI |2x2 Grid Ceiling (Flush-Mount) Loudspeaker |  |

|6061-CSD |KSI |2x2 Grid Ceiling Mount (Angled) Loudspeaker |  |

|801-C |KSI |2x2 Grid Ceiling Mount (Flush-Mount) Loudspeaker |  |

|8081-CS |KSI |2x2 Grid Ceiling Mount (Flush-Mount) Loudspeaker |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|8081-CSD |KSI |2x2 Grid Ceiling Mount (Angled) Loudspeaker |  |

|KSI 8081-CSD-SW |KSI |2x2 Grid Ceiling (Swivel-Mount -360 degrees) Loudspeaker |  |

|12-1C |KSI |2x2 Grid Ceiling Mount Subwoofer |  |

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|EGAN |  |  |  |

|Interactive Boards |  |  |  |

|EganSystem 202 |Egan |Markerboard EVS Presentation Surface, single-sided 60”w |  |

| | |x 48”h | |

|EganSystem 202 |Egan |Markerboard EVS Presentation Surface, single-sided 72”w |  |

| | |x 54”h | |

|Versa Cabinet |Egan |Egan Versa Cabinets: EVS™ Magnetic Writing/Projection, |  |

| | |EganBoard Porcelain, Wood Veneer, 48" W x 32" H | |

|Versa Cabinet |Egan |Egan Versa Cabinets: EVS™ Magnetic Writing/Projection, |  |

| | |EganBoard Porcelain, Wood Veneer, 48" W x 42" H | |

ITB8025DCA APPENDIX II

BID SHEET

 

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Versa Cabinet |Egan |Egan Versa Cabinets: EVS™ Magnetic Writing/Projection, |  |

| | |EganBoard Porcelain, Wood Veneer, 48" W x 48" H | |

|Versa Cabinet |Egan |Egan Versa Cabinets: EVS™ Magnetic Writing/Projection, |  |

| | |EganBoard Porcelain, Wood Veneer, 60" W x 48" H | |

|Versa Cabinet |Egan |Egan Versa Cabinets: EVS™ Magnetic Writing/Projection, |  |

| | |EganBoard Porcelain, Wood Veneer, 72" W x 48" H | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|TMEZ6250CL |Egan |Wall Mount TeamBoard includes RM Easiteach® Studio and |  |

| | |TeamBoard 62"w x 50"h Charcoal Finish | |

|TMEZ5442CL |Egan |Wall Mount TeamBoard includes RM Easiteach® Studio and |  |

| | |TeamBoard 54"w x 42"h Charcoal Finish | |

|TMWM6250EM |Egan |Wall Mount TeamBoard includes RM Easiteach® Studio and |  |

| | |TeamBoard 62"w x 50"h EganMetallic Frame Finish | |

|TMWM5442EM |Egan |Wall Mount TeamBoard includes RM Easiteach® Studio and |  |

| | |TeamBoard 54"w x 42"h EganMetallic Frame Finish | |

ITB8025DCA

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|TMBW62 |Egan |Teamboard Cabinets, Bullnose Wood 62"w x 50"h |  |

|TMBW54 |Egan |Teamboard Cabinets, Bullnose Wood 54"w x 42"h |  |

|TMA-TABLET |Egan |Bluetooth® wireless tablet 6"w x 4.5"h |  |

|TMEZ5442CL |Egan |TeamBoard includes RM Easiteach® Studio and TeamBoard |  |

| | |54"w x 42"h | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|POLYVISION |  |  |  |

|Interactive Boards |  |  |  |

|IP17 |Polyvision |17" Walk-and-Talk™ Interactive Panel 1280 x 1024 |  |

|WT 1410 |Polyvision |Walk-and-Talk™ Interactive Whiteboards 57" Diag |  |

|WT 1610 |Polyvision |Walk-and-Talk™ Interactive Whiteboards 78" Diag |  |

|WT 1810 |Polyvision |Walk-and-Talk™ Interactive Whiteboards 104" Diag |  |

|LTX 840 |Polyvision |Impulse™ LTX Multimedia Whiteboard System |  |

|LTX 1240 |Polyvision |Impulse™ LTX Multimedia Whiteboard System |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|MSIS 600 |Polyvision |Multi-Surface Interactive System 12' Length |  |

|MSIS 800 |Polyvision |Multi-Surface Interactive System 16' Length |  |

|Whiteboards |  |  |  |

|M1140-044 |Polyvision |Contractor 110 Series Whiteboard 4' W x 48" H |  |

|M1140-054 |Polyvision |Contractor 110 Series Whiteboard 5' W x 48" H |  |

|M1140-064 |Polyvision |Contractor 110 Series Whiteboard 6' W x 48" H |  |

|M1140-084 |Polyvision |Contractor 110 Series Whiteboard 8' W x 48" H |  |

|M5540-044 |Polyvision |Contractor 550 Series Whiteboard 4' W x 48" H |  |

|M5540-054 |Polyvision |Contractor 550 Series Whiteboard 5' W x 48" H |  |

|M5540-064 |Polyvision |Contractor 550 Series Whiteboard 6' W x 48" H |  |

|M5540-084 |Polyvision |Contractor 550 Series Whiteboard 8' W x 48" H |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|ID350 |Smart Technologies |15" Sympodium interactive pen display XGA 1024 × 768 |  |

|ID370 |Smart Technologies |17" Sympodium high-resolution interactive pen display |  |

| | |SXGA 1280 × 1024 | |

|DT770 |Smart Technologies |17" Sympodium interactive pen display SXGA 1280 × 1024 |  |

|300 series |Smart Technologies |Flat panel display interactive whiteboard |  |

|690 |Smart Technologies |94" 16:9 aspect ratio whiteboard w/ wall mounts |  |

|680 |Smart Technologies |77" whiteboard w/ wall mounts |  |

|660 |Smart Technologies |64" whiteboard w/ wall mounts |  |

|640 |Smart Technologies |48" whiteboard w/ wall mounts |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|DALITE |  |  |  |

|Screens, Etc. |  |  |  |

|76016 (White Case Only) |Da-Lite |120" Diag. Electric Screen, Tensioned Cosmopolitan |  |

| | |Electrol (6' x 8') | |

|76730 (White Case Only) |Da-Lite |150" Diag. Electric Screen, Cosmopolitan (8' x 10') |  |

|79024 (White Case Only) |Da-Lite |HDTV (16:9) Tab-Tensioned Screen 52"x92" (4' 5" x 7' 6")|  |

|79026 (White Case Only) |Da-Lite |HDTV (16:9) Tab-Tensioned Screen 65"x116" (5' 4" x 9' |  |

| | |6") | |

|40247 (White Case Only) |Da-Lite |Manual Screen (6' x 8') |  |

|85684 (White Case Only) |Da-Lite |Advantage Manual with CSR (controlled screen return) |  |

| | |Manual Screen (8' x 10') | |

|40932 |Da-Lite |6" Wall Screen Brackets |  |

|96382 |DaLite |Trim Kit for 76016 or 79024 |  |

|96383 |DaLite |Trim Kit for 76730 or 79026 |  |

|93535 |DaLite |12" Gooseneck Lamp L-3/12 |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|PANASONIC |  |  |  |

|Projector |  |  |  |

|PT-DW7000-K |Panasonic |6000 ANSI Lumens WXGA Large Venue DLP Projector with BriteOptic™ Dual-Lamp |  |

| | |Technology | |

|PT-DW5000/L |Panasonic |DLP 4500 lumen |  |

|PT-F100U |Panasonic |3200 ANSI Lumens XGA LCD Projector with Daylight View™ Technology 1,024 x |  |

| | |768 | |

|PT-F100NTU |Panasonic |3200 ANSI Lumens XGA LCD Wireless Projector with Daylight View™ Technology |  |

| | |1,024 x 768 | |

|PT-FW100NTU |Panasonic |3000 ANSI Lumens WXGA LCD Wireless Projector with Daylight View™ Technology|  |

| | |1,280 x 800 Widescreen | |

|PT-D5700U |Panasonic |6000 ANSI Lumens XGA DLP Projector with BriteOptic™ Dual-Lamp Technology |  |

| | |1024 x 768 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|PT-DW5100U |Panasonic |5500 ANSI Lumens WXGA DLP Projector with BriteOptic™ Dual-Lamp Technology |  |

| | |Widescreen 1280 x 768 | |

|PT-D4000U |Panasonic |4000 ANSI Lumens XGA DLP Projector with BriteOptic™ Dual-Lamp Technology 1024 x |  |

| | |768 | |

|PT-D7700U-K |Panasonic |7000 ANSI Lumens SXGA+ Large Venue DLP Projector with BriteOptic™ Dual-Lamp |  |

| | |Technology 1400 x 1050 | |

|PT-DW7000-K |Panasonic |6000 ANSI Lumens WXGA Large Venue DLP Projector with BriteOptic™ Dual-Lamp |  |

| | |Technology Wide-Aspect 1366 x 768 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|PT-D10000U |Panasonic |10000 ANSI Lumens SXGA+ Large Venue DLP Projector with up to 5000:1 Contrast |  |

| | |Ratio 1400 x 1050 | |

|PT-DW10000U |Panasonic |10000 ANSI Lumens SXGA+ Large Venue DLP Projector with up to 5000:1 Contrast |  |

| | |Ratio 1400 x 1050 | |

|Portable Projectors |  |  |  |

|PT-LB60U |Panasonic | |  |

| | | | |

| | | | |

| | |3200 ANSI Lumens XGA Projector with One-Touch "Auto-Everything" Set-Up and | |

| | |Daylight View™ Technology | |

|PT-LB60NTU |Panasonic | |  |

| | |3200 ANSI Lumens XGA Wireless Projector with One-Touch "Auto-Everything" Set-Up | |

| | |and Daylight View™ Technology | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|PT-LB51U |Panasonic | |  |

| | |2000 ANSI Lumens XGA Projector with Daylight View™ Technology | |

|PT-LB51NTU |Panasonic | |  |

| | |2000 ANSI Lumens XGA Wireless Projector with Daylight View™ Technology | |

|PT-LB50U |Panasonic | |  |

| | |2000 ANSI Lumens XGA Projector with One-Touch "Auto-Everything" Set-Up and | |

| | |Daylight View™ Technology | |

|PT-LB50NTU |Panasonic | |  |

| | |2000 ANSI Lumens XGA Wireless Projector with One-Touch "Auto-Everything" Set-Up | |

| | |and Daylight View™ Technology | |

|PT-P1SDU |Panasonic | |  |

| | |Digital Photo Projector with SD Memory Card Slot | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Lamp Module |  |  |  |

|ET-LAF100 |Panasonic |F Series Lamp Module |  |

|ET-LAD57 |Panasonic |PT-D5700/DW5100 Single Lamp Module |  |

|ET-LAD57W |Panasonic |PT-D5700/DW5100 Twin Lamp Module |  |

|ET-LAD40 |Panasonic |PT-D4000 Single Lamp Module |  |

|ET0LAD40W |Panasonic |PT-D Twin Lamp Module |  |

|ET-LAD55 |Panasonic |PTD5500/5600, PTDW5000 Lamp Module |  |

|ET-LAB30 |Panasonic |PT-LB60/30 Series Lamp Module |  |

|ET-LAB50 |Panasonic |PT-LB51 and LB50 Series Lamp Module |  |

|ET-LAD7700 |Panasonic |PT-D7700U/PT-DW7000U Single Lamp Module |  |

|ET-LAD7700W |Panasonic |PT-D7700U/PT-DW7000U Twin Lamp Module |  |

|ET-LAD10000 |Panasonic |PT-D10000U/PT-DW10000U Single Lamp Module |  |

|ET-LAD10000W |Panasonic |PT-D10000U/PT-DW10000U Twin Lamp Module |  |

BID8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Blu-Ray Player |  |  |  |

|  |  |  |  |

|DMPBD30K |Panasonic |Blu-Ray Disc Player |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

| |  |  |Price or NO BID |

|POLYCOM |  |  |  |

|UCF HDX 9002 BUNDLE |  |  |  |

|2200-23900-001 |Polycom |HDX 9002 HD |  |

| | |codec with English remote, NA pwr cord, P+C, | |

| | |2M LR, , CTRY CODE 54, NTSC | |

|2215-23275-001 |Polycom |HDX 9000 Bracket hardware |  |

| | |Includes bracket ears and screws to convert | |

| | |HDX 9000 series codec for rack mount | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2215-23809-001 |Polycom |HDX Ceiling Microphone Array |  |

| | |Black Spherical Array W/ 2'/60cm drop cable, | |

| | |Electronics Interface, Wall Plate with 10'/3m | |

| | |cable, 50'/15m plenum cable. For systems | |

| | |compatible with HDX Microphone Array including| |

| | |SoundStructure C-series. | |

|4870-00262-136 |Polycom |Premier Service |  |

| | |Three Year, HDX 9000 Series | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|UCF HDX 8002 BUNDLE |  |  |  |

|7200-26480-001 |Polycom |HDX 8002 HD |  |

| | |codec, Eagle Eye HD camera, HDX mic array, 2M | |

| | |LR, English remote. Cables: component video | |

| | |(DVI-to-RCA), audio (RCA-to-RCA), LAN, RJ11, | |

| | |NA pwr. Cntry code 54. NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2215-23809-001 |Polycom |HDX Ceiling Microphone Array |  |

| | |Black Spherical Array W/ 2'/60cm drop cable, | |

| | |Electronics Interface, Wall Plate with 10'/3m | |

| | |cable, 50'/15m plenum cable. For systems | |

| | |compatible with HDX Microphone Array including| |

| | |SoundStructure C-series. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2215-24143-001 |Polycom |Eagle Eye Camera mounting bracket |  |

| | |wall/panel/shelf | |

|5150-26125-001 |Polycom |HDX People+Content software option license for|  |

| | |4000 & 8000 | |

| | |Allows for sharing content or PC graphics in | |

| | |the video conference. Also enables use of the | |

| | |People+Content IP application for PCs. | |

| | |Available for the HDX 4000 and HDX 8000 Series| |

| | |systems. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-23912-001 |Polycom |HDX MPPlus Multipoint Software Option License |  |

| | |Allows for 4 site MP video calls. Available | |

| | |for HDX 4000 Series, HDX 8000 series and HDX | |

| | |9000 Series systems. | |

|4870-00380-136 |Polycom |Premier Service |  |

| | |Three Year, HDX 8000 Series | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|UCF HDX 7000 BUNDLE |  |  |  |

|7200-27630-001 |Polycom |HDX 7002XL HD |  |

| | |codec, Eagle Eye HD camera, HDX mic array, | |

| | |P+C, PPCIP, 2nd monitor option, Eng rmt. | |

| | |Cables: 2 component video (DVI-RCA), audio | |

| | |(RCA-RCA), LAN, NA pwr. Cntry code 54. NTSC | |

|2215-23809-002 |Polycom |HDX Ceiling Microphone Array |  |

| | |White Spherical Array W/ 2'/60cm drop cable, | |

| | |Electronics Interface, Wall Plate with 10'/3m | |

| | |cable, 50'/15m plenum cable. For HDX systems | |

| | |including SoundStructure C-series. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|?? |  |Multipoint Option |  |

|4870-00408-136 |Polycom |Premier Service |  |

| | |Three Year, HDX 7000 Series | |

|UCF VSX 7000e BUNDLE |  |  |  |

|7200-22540-001 |Polycom |VSX 7000e (rack mount) |  |

| | |Incl VSX 7000e, PowerCam camera, 1 microphone | |

| | |array, English remote. Order network modules | |

| | |separately COUNTRY CODE 54, NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-21297-001 |Polycom |VSX MPPlus Multipoint Software Option |  |

| | |Licenses for VSX 7000e, VSX 7000s, VSX 7000 | |

| | |and VSX 3000. Not for use with VSX 8000 | |

| | |Series. Allows for 4-site MP video calls. | |

|5150-22294-001 |Polycom |VSX People+Content IP Software Option |  |

| | |License. Compatible with VSX 7000e, VSX 7000s,| |

| | |VSX 7000, VSX 6000, VSX 5000, VSX 3000 . Not | |

| | |required for VSX 8000 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-22660-001 |Polycom |VGA Encoder Key |  |

| | |adds content encoding support to a VSX 7000e | |

| | |system when used with a VGA cable or | |

| | |ImageShare II | |

|4870-00001-136 |Polycom |Premier Service |  |

| | |Three Year, VSX7000 Series | |

|UCF VSX 7000s BUNDLE |  |  |  |

|2200-22650-001 |Polycom |VSX 7000s (set top) |  |

| | |Incl VSX 7000s, 1 microphone array, English | |

| | |remote. Order network modules separately | |

| | |COUNTRY CODE 54, NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-21297-001 |Polycom |VSX MPPlus Multipoint Software Option |  |

| | |Licenses for VSX 7000e, VSX 7000s, VSX 7000 | |

| | |and VSX 3000. Not for use with VSX 8000 | |

| | |Series. Allows for 4-site MP video calls. | |

|5150-22294-001 |Polycom |VSX People+Content IP Software Option |  |

| | |License. Compatible with VSX 7000e, VSX 7000s,| |

| | |VSX 7000, VSX 6000, VSX 5000, VSX 3000 . Not | |

| | |required for VSX 8000 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|4870-00001-136 |Polycom |Premier Service |  |

| | |Three Year, VSX7000 Series | |

|  |  |  |  |

|UCF PVX BUNDLE |  |  |  |

|  |  |Polycom PVX v8.0 software, 10-pack |  |

|4870-00201-136 |Polycom |Premier 3 Year |  |

| | |PVX 6 to 10 Licenses, Telephone support during| |

| | |business hours, software updates & upgrades | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|Soundstation 2W Phone Systems |  |  |  |

|2200-07800-001 |Polycom |SoundStation2W (Expandable) |  |

| | |2.4GHz WDCT Wireless, 24 hour talk time | |

| | |battery, Expandable with 2Ex mics(sold as | |

| | |accessory),Secure voice encryption, Cell phone| |

| | |connection. 100-240V, Country Code 60 | |

|2200-07880-001 |Polycom |SoundStation2W (Basic) |  |

| | |2.4GHz WDCT Wireless, 12 hour talk time | |

| | |battery, Secure voice encryption, Cell phone | |

| | |connection. 100-240V, Country Code 60 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2200-16155-001 |Polycom |Ex Microphones for SoundStation2 (Qty 2) |  |

| | |, only compatible with SoundStation2 | |

| | |(expandable) 110V , Country Group 1 | |

|2200-07840-001 |Polycom |SoundStation2W-2 Ex Mics with cables |  |

| | |, low power consumption, only compatible with | |

| | |SoundStation2W EX. Country Code 60 | |

|2200-07804-002 |Polycom |24 Hour Talk Time Battery for SoundStation2W |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|4870-00040-312 |Polycom |Premier Service |  |

| | |Three Year, SoundStation 2 or SoundStation 2W | |

|  |  |  |  |

|HDX EQUIPMENT and SOFTWARE |  |  |  |

|8200-23610-001 |Polycom |Eagle Eye Main Camera |  |

| | |Compatible with HDX Series Includes 10m | |

| | |cable.. | |

|2201-52556-001 |Polycom |HDX remote control |  |

| | |for use with HDX Series codecs, English | |

| | |version | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2215-23809-001 |Polycom |HDX Ceiling Microphone Array |  |

| | |Black Spherical Array W/ 2'/60cm drop cable, | |

| | |Electronics Interface, Wall Plate with 10'/3m | |

| | |cable, 50'/15m plenum cable. For systems | |

| | |compatible with HDX Microphone Array including| |

| | |SoundStructure C-series. | |

|2215-23809-002 |Polycom |HDX Ceiling Microphone Array |  |

| | |White Spherical Array W/ 2'/60cm drop cable, | |

| | |Electronics Interface, Wall Plate with 10'/3m | |

| | |cable, 50'/15m plenum cable. For HDX systems | |

| | |including SoundStructure C-series. | |

|2215-24143-001 |Polycom |Eagle Eye Camera mounting bracket |  |

| | |wall/panel/shelf | |

|5150-23912-001 |Polycom |HDX MPPlus Multipoint Software Option License |  |

| | |Allows for 4 site MP video calls. Available | |

| | |for HDX 4000 Series, HDX 8000 series and HDX | |

| | |9000 Series systems. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-23913-001 |Polycom |HDX MPPlus Multipoint Software License for HDX|  |

| | |9004 | |

| | |Allows for 8 site Mp video calls. Available on| |

| | |HDX 9004 ONLY. | |

|5150-23914-001 |Polycom |HDX 4Mbps line rate upgrade |  |

| | |Allows for up to a 4Mbps call. Available for | |

| | |HDX Series Systems. Included on 8004 and 9004 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-23915-001 |Polycom |HDX 8Mbps data rate upgrade |  |

| | |Allows for up to 8Mbps multipoint video calls.| |

| | |Requires MP license for MP feature. Point to | |

| | |point calls not affected. Available on HDX | |

| | |9004 only | |

|5150-23916-001 |Polycom |HDX People On Content software option license |  |

| | |Allows for camera video to be chroma-keyed on | |

| | |top of content video. Available for HDX 4000 | |

| | |Series, HDX 8000 series and HDX 9000 Series | |

| | |systems. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-24860-001 |Polycom |HDX Software upgrade release 2.0 |  |

|2215-26690-001 |Polycom |Quad BRI Module for HDX Series |  |

| | |Includes four ISDN 20ft/6m cables (with clear | |

| | |connectors) and HDX external peripheral | |

| | |interface box. | |

|HDX 9000 |  | |  |

|2215-23275-001 |Polycom |HDX 9000 Bracket hardware |  |

| | |Includes bracket ears and screws to convert | |

| | |HDX 9000 series codec for rack mount | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2200-23500-001 |Polycom |HDX 9004 HD |  |

| | |codec with English remote, NA pwr cord, P+C, | |

| | |4M LR, , CTRY CODE 54, NTSC | |

|2200-23800-001 |Polycom |HDX 9001 SD |  |

| | |codec with English remote, NA pwr cord, P+C, | |

| | |2M LR, , CTRY CODE 54, NTSC | |

|2200-23900-001 |Polycom |HDX 9002 HD |  |

| | |codec with English remote, NA pwr cord, P+C, | |

| | |2M LR, , CTRY CODE 54, NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|HDX 8000 |  | |  |

|7200-26110-001 |Polycom |HDX 8004 HD |  |

| | |codec, Eagle Eye HD camera, HDX mic array, 4M | |

| | |LR, English remote. Cables: 2 sets of | |

| | |component video (DVI-to-RCA), audio | |

| | |(RCA-to-RCA), HDCI breakout (HDCI-to-BNC), | |

| | |LAN, RJ11, NA pwr. Cntry code 54. NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|7200-26480-001 |Polycom |HDX 8002 HD |  |

| | |codec, Eagle Eye HD camera, HDX mic array, 2M | |

| | |LR, English remote. Cables: component video | |

| | |(DVI-to-RCA), audio (RCA-to-RCA), LAN, RJ11, | |

| | |NA pwr. Cntry code 54. NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-26125-001 |Polycom |HDX People+Content software option license for|  |

| | |4000 & 8000 | |

| | |Allows for sharing content or PC graphics in | |

| | |the video conference. Also enables use of the | |

| | |People+Content IP application for PCs. | |

| | |Available for the HDX 4000 and HDX 8000 Series| |

| | |systems. | |

BID8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-26126-001 |Polycom |HDX Expanded I/O software option |  |

| | |Enables the HD camera 2 video input and the HD| |

| | |monitor 2 video output ports. Available for | |

| | |the HDX 8002 only. | |

|HDX 7000 & 4000 |  |  |  |

|7200-27630-001 |Polycom |HDX 7002XL HD |  |

| | |codec, Eagle Eye HD camera, HDX mic array, | |

| | |P+C, PPCIP, 2nd monitor option, Eng rmt. | |

| | |Cables: 2 component video (DVI-RCA), audio | |

| | |(RCA-RCA), LAN, NA pwr. Cntry code 54. NTSC | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|7200-24550-001 |Polycom |HDX 4001 XL package |  |

| | |Executive Desktop System, includes: | |

| | |People+Content license, 20" Widescreen | |

| | |Display, NA/UK/Eur/Aus pwr cord; Included | |

| | |cables: VGA, DVI, 3.5 mm stereo, POTS, and | |

| | |LAN; Country codes 1-4,6,7 | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-26125-001 |Polycom |HDX People+Content software option license for|  |

| | |4000 & 8000 | |

| | |Allows for sharing content or PC graphics in | |

| | |the video conference. Also enables use of the | |

| | |People+Content IP application for PCs. | |

| | |Available for the HDX 4000 and HDX 8000 Series| |

| | |systems. | |

BID8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|HDX SERVICE AGREEMENTS |  |  |  |

|4870-00262-106 |Polycom |Premier, One Year, HDX 9000 Series |  |

|4870-00262-136 |Polycom |Premier, Three Year, HDX 9000 Series |  |

|  |  |  |  |

|4870-00380-106 |Polycom |Premier, One Year, HDX 8000 Series |  |

|4870-00380-136 |Polycom |Premier, Three Year, HDX 8000 Series |  |

|  |  |  |  |

|4870-00408-106 |Polycom |Premier, One Year, HDX 7000 Series |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|4870-00408-136 |Polycom |Premier, Three Year, HDX 7000 Series |  |

|  |  |  |  |

|4870-00370-106 |Polycom |Premier, One Year, HDX 4000 Series |  |

|4870-00370-136 |Polycom |Premier, Three Year, HDX 4000 Series |  |

|VSX ACCESSORIES AND SOFTWARE |  |  |  |

|2215-22001-001 |Polycom |VSX System Shelf for mounting on flat panel |  |

| | |displays | |

| | |Compatible with VSX 7000s, VSX 7000, VSX 6000,| |

| | |VSX 5000 and ViewStation systems. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2200-23710-001 |Polycom |PowerCam Presenter Tracking Camera Solution |  |

| | |: Includes Camera, Locator Assembly and | |

| | |English Remote. Can be used as Main camera on | |

| | |VSX7000e & VSX8000 and NTSC input to HDX | |

| | |systems. NA, EU, UK & AUS line cords included.| |

| | |CG 1, 2, 4, 12, 13 | |

BID8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2215-23775-001 |Polycom |VSX Ceiling Microphone Array |  |

| | |Black Spherical Array with 2'/60cm drop cable,| |

| | |Electronics Interface with Mounting Hardware, | |

| | |Wall Plate with 10'/3m cable, 30'/9m & 50'/15m| |

| | |plenum cables. Compatible with VSX only. | |

| | |Requires Software version 8.5.3 or later. | |

|2215-61692-001 |Polycom |VSX Advanced Infrared Remote Control |  |

| | |(w/ dual call/hang-up buttons), Rev 2 - | |

| | |EnEnglish | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

| | | | |

|2215-20949-200 |Polycom |Quad BRI Module |  |

| | |for VSX 8000 and VSX7000e Series. Includes | |

| | |four 20ft/6m ISDN cables (with green | |

| | |connectors). ROHS compliant | |

|5150-26144-001 |Polycom |VSX Software upgrade, release 8.7 |  |

BID8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|VSX 8000: |  |  |  |

|2200-21400-001 |Polycom |VSX 8000 SD |  |

| | |Incl codec, People+Content IP, English remote.| |

| | |Order network modules separately COUNTRY CODE | |

| | |54 | |

|5150-22762-001 |Polycom |VSX MPPlus Multipoint Software Option |  |

| | |License for VSX 8000 Series. Allows for 6-site| |

| | |MP video calls. | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|2215-50185-200 |Polycom |PowerCam Plus |  |

| | |Main Camera, NTSC. Compatible with VSX 8000 | |

| | |Series and VSX 7000e. Includes 10ft/3m cable. | |

|4870-00069-106 |Polycom |Premier Service |  |

| | |One Year, VSX8000 Series | |

|4870-00069-136 |Polycom |Premier Service |  |

| | |Three Year, VSX8000 Series | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|VSX 7000: |  |  |  |

|7200-22540-001 |Polycom |VSX 7000e (rack mount) |  |

| | |Incl VSX 7000e, PowerCam camera, 1 microphone | |

| | |array, English remote. Order network modules | |

| | |separately COUNTRY CODE 54, NTSC | |

|2200-22650-001 |Polycom |VSX 7000s (set top) |  |

| | |Incl VSX 7000s, 1 microphone array, English | |

| | |remote. Order network modules separately | |

| | |COUNTRY CODE 54, NTSC | |

ITB8025DCA APPENDIX

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-21297-001 |Polycom |VSX MPPlus Multipoint Software Option |  |

| | |Licenses for VSX 7000e, VSX 7000s, VSX 7000 | |

| | |and VSX 3000. Not for use with VSX 8000 | |

| | |Series. Allows for 4-site MP video calls. | |

|5150-22294-001 |Polycom |VSX People+Content IP Software Option |  |

| | |License. Compatible with VSX 7000e, VSX 7000s,| |

| | |VSX 7000, VSX 6000, VSX 5000, VSX 3000 . Not | |

| | |required for VSX 8000 | |

BID8025DCA

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|5150-22660-001 |Polycom |VGA Encoder Key |  |

| | |adds content encoding support to a VSX 7000e | |

| | |system when used with a VGA cable or | |

| | |ImageShare II | |

|4870-00001-106 |Polycom |Premier Service |  |

| | |One Year, VSX7000 Series | |

|4870-00001-136 |Polycom |Premier Service |  |

| | |Three Year, VSX7000 Series | |

|PVX SOFTWARE |  |  |  |

|5151-22710-001 |Polycom |Polycom PVX v8.0 |  |

| | |PC Conferencing Application for a single user | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|4870-00201-106 |Polycom |Premier 1 Year |  |

| | |PVX 6 to 10 Licenses, Telephone support during| |

| | |business hours, software updates & upgrades | |

| | |(prices for terms other than 1 year to be | |

| | |prorated accordingly) | |

|4870-00201-136 |Polycom |Premier 3 Year |  |

| | |PVX 6 to 10 Licenses, Telephone support during| |

| | |business hours, software updates & upgrades | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|MGC SOFTWARE |  |  |  |

|4870-00009-114 |Polycom |Premier Plus, One Year, MGC100. |  |

|4870-00009-314 |Polycom |Premier Plus, Three Year, MGC100. |  |

|  |  |  |  |

|GLOBAL MANAGEMENT SYSTEM |  |  |  |

|4870-00027-112 |Polycom |Premier, One Year, Global Management System |  |

| | |100 licenses | |

|4870-00027-312 |Polycom |Premier, Three Year, Global Management System |  |

| | |100 licenses | |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|TRIPPLITE |  |  |  |

|Cables |  |  |  |

|P501-050 |Tripplite |50' Easy Pull VGA Cable/Connector Kit M-F |  |

|P501-100 |Tripplite |100' Easy Pull VGA Cable/Connector Kit M-F |  |

|P503-050 |Tripplite |50' Easy Pull VGA Cable/Connector Kit M-M |  |

|P503-100 |Tripplite |100' Easy Pull VGA Cable/Connector Kit M-M |  |

|P504-050-EZ |Tripplite |50' Easy Pull VGA Cable/Connector Kit w/audio M-M |  |

|P504-100-EZ |Tripplite |100' Easy Pull VGA Cable/Connector Kit w/audio M-M |  |

ITB8025DCA APPENDIX II

BID SHEET

|Part/Model Number |Manufacturer |Description |Vendor Name |

|  |  |  |Price or NO BID |

|SHARP |  |  |  |

|Lamp Modules |  |  |  |

|BQC-XGC50X/11 |Sharp |C45 |  |

|BQC-XGC40XU/1 |Sharp |C40 |  |

|ANMB60LP |Sharp |MB60 |  |

|BQC-XGC55X/11 |Sharp |C60 |  |

-----------------------

AUTHORIZED SIGNATURE (MANUAL)

AUTHORIZED SIGNATURE (TYPED), TITLE

NOTE: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTATCHED HERETO WHICH VARY FROM THESE GENERAL CONDISITIONS SHALL HAVE PRECEDENCE.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download