Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

58 -- Video Teleconferencing Systems

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Justice Management Division, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400, Washington, DC, 20530
 
ZIP Code
20530
 
Solicitation Number
EOUSA-FMSS-2-0017
 
Response Due
9/5/2002
 
Point of Contact
LaTonya Garrett, Procurement Analyst, Phone 2023050004, Fax 2026166651, - LaTonya Garrett, Procurement Analyst, Phone 2023050004, Fax 2026166651,
 
E-Mail Address
latonya.garrett@usdoj.gov, latonya.garrett@usdoj.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is EOUSA-FMSS-2-0017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The NAIC is: 443112 The United States Attorneys' Telecommunication and Technology Development Staff intends to purchase approximately two-hundred and seventy-three (273) of the following items. 1) Polycom View Station FX , including the Quad BRI Module (capable of H.323 and H.320) Set Top, self contained Video Teleconferencing Systems with all cables and connectors; 2) Quad BRI NT-1, Network Termination Units; for each staffed United States Attorney Office to replace the current PictureTel 2000, PictureTel 4000 or other brand systems and Ascend Multiband VSX Inverse Multiplexer currently in use. It is anticipated that approximately, two-hundred forty five[245] of the units to be acquired, shall be DELIVERED and INSTALLED by the vendor into each of the specified locations, which will include the following OCONUS sites: Fairbanks, AK, Anchorage, AK, St. Thomas, VI, St. Croix, VI, Hato Ray, PR, Agana,GU, Saipan, CNMI and Honolulu, HI and the remaining units will be Delivered to a Washington, DC location, [ address to be provided at time of award]. For security reason, the locations of each site will only be provided at the time of award. A minimum of one hour of operator training shall be inclusive of the on-site Installation price. The units shall be installed to the currently operational BRI ISDN circuits in each location. The USA(s) intend to reuse the existing monitors and carts. Note: Successful offeror is hereby notified that, ALL equipment quoted shall be new and the most current version of the software/hardware available. In some cases, reconnection of a VCR or Document Camera may be required. All of the USAO's current video systems with an Ascend Multiband VSX Inverse Multiplexers will be offered for TRADE-IN credit on the proposed equipment and/or installation. All items offered for trade-in will be operational or non-operational (Polycom "dead or alive" program). Additional instructions are as follows: Both the Polycom View Station FX and the Quad BRI NT-1 shall be listed as separate line items on the quotation; Trade-in credit amount shall be listed as a separate line item on the quotation; Installation price shall be listed as a separate line item on the quotation; and Product warranty for each item will be listed on the quotation. As an OPTION(s) additional Training and Repair/maintenance contracts shall be listed each, as a separate line item on the quotation. Evaluation criteria: Guarantee on meeting the Government's delivery and installation schedule [ CONUS- 30 days ARO / OCONUS 45 days ARO] vendor's Past performance and Best Value to the Government. The provisions at 52.212-1, "Instructions to Offerors-Commercial Item" are applicable, 52.212-3 "Offeror Representations and Certifications -Commercial Items" clause 52.212-4 "Contract Terms and Conditions- Commercial Items", the clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, offers or quotations will be evaluated in accordance with FAR 13.106-2 "Evaluation of quotations or offers" applies to this acquisition. Quotes are due September 5, 2002 @ 12:00 P.M. LATE Proposals will not be accepted. Quotes shall be sent via courier, hand delivered or faxed to The Department of Justice, Executive Office for the U.S. Attorneys, 600 E Street, NW, Suite 2400, Facilities and Support Services, Washington, DC 20530, Attn: LaTonya Garrett. You may fax your quote to (202) 616-6651, Vendors shall ensure that faxed quotes are LEGIBLE( min. 12pt font). All quotes shall reference: "EOUSA-FMSS-2-0017" on the front of the package/page. All questions pertaining to this RFQ shall be sent via email to: latonya.garrett@usdoj.gov, no telephonic questions will be answered.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/JMD/EOUSA-FMSS/EOUSA-FMSS-2-0017/listing.html)
 
Place of Performance
Address: U.S.A including U.S.Territories
Country: USA
 
Record
SN00152983-F 20020830/020828221855 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.