Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

59 -- VIDEO TELECONFERENCING

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
Reference-Number-F2V3715221A100
 
Response Due
9/7/2005
 
Archive Date
9/22/2005
 
Small Business Set-Aside
Total Small Business
 
Description
BRAND NAME ONLY: This is a combined synopsis/solicitation for a commercial product 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; proposals are being requested and a written solicitation will NOT be issued. The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 01-05. This procurement is a Total Set-Aside for Small Business. DESCRIPTION: VSX 8000 CODEC IP INCLUDES: ENGLISH REMOTE, COUNTRY GROUP 54, 1ST YEAR STANDARD SERVICES. ORDER NETWORK MODULES SEPARATELY qty 1 each. VSX 8000 SERIES, NETWORK MODULE, SERIES (V.35, RS449, RS530 WITH RS366 DIALING), ADAPTER CABLE, SERIAL INTERFACE CABLE ORDERED SEPARATELY qty 1 each. CABLE, RS-530 WITH RS-366, 5? SERIAL CABLE, HD-68M TO ?Y? RS-530 DB-37M/RS-366 DB-25M (VSX ONLY) qty 1 each .ISU512 QUAD ISDN BRI INVERSE MULTIPLEXER WITH INTERNAL NT1 qty 1 each. INSTALLATION MATERALS FOR INSTALLATION AND INTEGRATION. INCLUDE KIV AND SWITCH BOX ADAPTER CABLE REQUIRED FOR SECURE OPERATION qty 1 each . INSTALLATION AND TRAINING FOR THE POLYCOM VSX 8800 CUSTOM VTC SYSTEM __hrs.INCLUDES: 1 YEAR PREMIUM MAINTENANCE FOR POLYCOM VSX8800 CUSTOM VIDEO CONFERENCING SYSTEM AND TELEPHONE SUPPORT. SOFTWARE UPGRADES WITH NEXT DAY REPAIR AND REPLACEMENT. REQUIREMENTS: Fully furnished single accommodations within a 10 minute walking distance of the Pentagon, Washington D.C. and metro accessible; each room/suite should be within the same complex and should include a fully furnished living area with internet capabilities; furnished kitchen/kitchenette with plates, glasses, eating utensils, pots and pans, etc.; linens; cleaning service a minimum of weekly with towels and one extra set of linens; washer/dryer in unit or on-site; free secure parking. The numerical breakdown is as follows: March- need 4 rooms as soon as possible after issuance of award; April- up to 10 units; May- up to 10 units; June- up to 6 units; July- up to 6 units; August- up to 6 units; September- up to 6 units. Request the capability to add up to 10 additional units for the same cost if needed. No penalty for early termination at a pro-rated amount per day. Individuals will be responsible for miscellaneous damages not included in the room rate such as: phone calls, mini bar usage, damages, dry cleaning, etc. All must be paid for by the member upon checkout. Individuals will be rotating at a minimum of two weeks to a maximum of 1 month. Please quote a 2-week rate, a monthly rate, and a daily pro-rated amount for termination or overages. Also your quote must list your DUNS number, CAGE code, and Federal TIN. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. DELIVERY ADDRESS: Item is to be procured on behalf of USSOCOM, SORR-J8-SCS, 7701 Tampa Point Blvd, Macdill AFB, FL, 33621 PROVISIONS/CLAUSES: Provisions and clauses are those in effect through Federal Acquisition Circular 2005-04. The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items, offers will be evaluated based on price, technical acceptability, delivery schedule, adherence to applicable clauses and provisions, as well as past performance records, 52.217-8, 52-217-9, 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, 52.232-33, 252.212-7001, 252.225-7001, 252.247-7024, 52.222-41, 52.222-42, 52.222-47. Offerors are also to submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. DEADLINE: Offers are due on March 25th, 2005 by 2:00PM EST. Submit offers or any questions to the attention of SrA Jessica Ely, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to jessica.ely@macdill.af.mil.
 
Place of Performance
Address: 6CS/DCC, 2101 FLORIDA KEYS AVE., MACDILL AFB, FL
Zip Code: 33621
 
Record
SN00886017-W 20050904/050902212150 (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.