Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

59 -- TEMPEST Video Conference System (VCS)

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
US Army C-E LCMC, Acquisition Center - Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-06-R-Z067
 
Response Due
8/2/2006
 
Archive Date
10/1/2006
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is a Request for Proposal (RFP), for W909MY-06-R-Z067. The small business size standard, in millions of dollars is $6.5 for the North American Industry Classification System (NAICS) Code 443120. The U.S. Army intends to procure a basic quantity of six (6) TEMPEST Video Conference Systems (VCS). The VCS and/or vendors must possess the following: (1) Vendor must have the authorization and approval of the Department of State Tempest Testing Laborator y in order to produce the VCS for Government purposes; (2) The VCS must have been formally tested and approved by the Tempest testing laboratory of the Department of State; (3) The VCS must be based on the Polycom VSX7000 Codec, with the following descript ion: Part Number: DTD-7000T-21; Camera: 12X zoom, ultra fast Pan/tilt/zoom with auto focus, and auto white balance; Video Standards: H.261, H.263,H.264; Video formats: NTSC/PAL; Fiber SC Connection: 100MB; Encryption Support: KG-194/KIV-7 with on screen an d address book dialing; Internal Speakers: with Polycom Microphone Pod; Headphone and Microphone: switchable; Liquid Crystal Display (LCD): 21.3; Contrast Ratio: 500:1 typical; Response Time: 20 milliseconds (ms); Resolution: 1600 x 1200; With Base: 19H x 19.25W x 10 D; Without Base: 5: D; VAC: 38 lbs, 110/220. Part Number: DTD-7000T-530 Optional Serial Module- RS-530/RS-449 with RS-366 dialing. This procurement will be made on an Other Than Full and Open Competitive basis. Shipments are to be FOB Destination. All items are to be shipped to: MTISC Attn: Craig Taylor 14119-A Sullyfield Circle Chantilly, VA 20151 Delivery shall be made within 30 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors FAR 52.7025 Place of Performance FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work FAR 52.7050 Administrative Data/ Instructions to Paying Office DFARS 252.204-7003 Control of Government Property DFARS 252.212-7001 Contra Terms & Cond Reqd implement State/Exec. Orders Appl to Defense Acq of Comm. Items. This clause includes the following: 252.232-7003, 52.2222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-29, 52.232-33, 52.232-36, 52.204-7 FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright infringement FAR 52.227-3 Patent Indemnity DFARS 252.227-7015 Identification and Assertion of Use DFARS 252.227-7016 Rights in Bid or Proposal DFARS 252.227-7017 Identification and Assertion of Use DFARS 252.227-7019 Validation of Asserted Restrictions-Computer Software DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data FAR 52.227-09 Refund of Royalties DFARS 252.243-7001 Pricing of Contract Modifications The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Coding; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/indext.htm or http://www.acqne t.gov/far/. BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest , responsive proposal, and is deemed acceptable and responsible by the Contracting Officer. The Offerors must submit proposals on the full quantity identified. The Contracting Officer reserves the right to make no award under the procedures. Offers are to be received by 2 August 2006 by 2 PM Eastern Standard Time. The US Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The Point of Contact for this action is, Martha Womack, Contract Specialist, 703-325-3355 or martha.womack@cacw.army.mil.
 
Place of Performance
Address: US Army C-E LCMC, Acquisition Center - Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01096514-W 20060726/060724221034 (fbodaily.com)
 
Source
FedBizOpps 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.