Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

U -- Dual Plasma Video Teleconferencing System

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0115
 
Response Due
8/20/2006
 
Archive Date
9/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-06-T-0115, in accordance with FAR Parts 12 & 13. The USAFA, Dean of Faculty has a requirement to acquire a Dual Plasma Conference Room Videoconferencing System. The acquisition requirements are as follows: Video CODEC with H.323 IP Network Interface Quad BRI ISDN Network Interface with all associated cables Audio Subwoofer At least 1 microphone array Dual 42? high resolution plasma displays with integrated speakers and TV tuner (these monitors must be functional and under warranty at 7000 feet, altitude. Handheld Remote Control Unit 60 Frames/Fields Per Second (MPEG 4) 1024 x 768 XGA Graphics Resolution Dual Real-time Live Video and Simultaneous Live Graphics 14Khz CD Quality Audio H.264 Low Speed Enhanced Video Algorithm H.239. High Resolution Graphics Interoperability Feature Video Streaming Capability IP and ISDN Network Support System Integration and Delivery: All racks, mounting hardware, cables, connectors, and miscellaneous materials required to create a complete, working system. System Cost: Installation, integration, testing, training, mounting hardware and brackets, cables, connectors, and miscellaneous materials required to provide a complete functional VTC system. Technical Training: Factory-level user certification including operational and technical training for dual monitor system operating over IP and ISDN network services. This must include on-site training for at least 2 days for 3-4 individuals. Warranty: At least a 1-year maintenance protection package that includes 24 x 7 telephone support, next day equipment and parts replacement, software upgrades and enhancements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 541512 and the business size standard is $23.0M. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. The FOB for this RFQ is Destination. Quotations received with other than FOB Destination pricing will not be considered. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. In your email or fax quote, please provide quote price; best delivery date; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. This acquisition must comply with the Buy America Act and, as such, a Buy America Act Certification will be provided for your completion and signature. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following: 252.225-7001, and Buy American Act and Balance of Payments Program, 252.232-7003, Electronic submissions of Invoices. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, August 20, 2006, by e-mail at kevin.crook@usafa.af.mil or mail to: Kevin Crook, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. Thank you for you interest in providing excellent products to the USAF Academy Dean of Faculty.
 
Place of Performance
Address: USAF Academy, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01110393-W 20060811/060809221258 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.