Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

59 -- Video Teleconference Equipment and Associated Items

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-06-T-0021
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is combined synopsis/solicitation number W912CL-06-Q-VIPR issued on 18 August 2006 for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation W912CL-06-T-0021 is issued as a Request for Quote (RFQ). The solicitation docum ent and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060711. This acquisition is set aside 100% for small businesses; the NAICS Code is 334220 and the Small Business Size Standard is 750 employees. The items can be brand name or equal. Army Contracting Agency-The Americas, Mission Support Division has a requirement for: Item 1: MGC 50  8 SLOT AC Chassis Optical Polycom VCSA 0802( qty 1): Item 2: Removable Hard Drive Bay w/two hard drives for Polycom (or equivalent) MGC 50 Polycom VCUS0105 (qty 1): Item 3: Removable Hard Disk Drive (PSOS) Polycom VCUS0103 (Qty 1) Item 4: 8 Slot Chassis, 19 in rack mou Polycom VCMR 0801 (Qty 1) Item 5: MGC MUX + 10 Port MO 18 sies to 128k or 10 sites to 384 k or 6 sites up to 768 k or 2 sites T1/E1 Polycom VNMX1001 (Qty 1) Item 6: MGC MPI-8 H 320 Module Support 8 Connections using V. 35 RS449 or EIA-530 RS 366 Dialing 1 meter cables included Polycom VNMM0801 (Qty 1) Item 7: MGC IP + 12 port Module: 24 Sites @ 128k Polycom VNMM0801 or ( Qty 2) Item 8: Audio for up to 24 Sites VIDE Polycom VRMA2402 (Qty 1) Item 9: Accord MGC Series Network Module: Video + 8 Port Moduel with CP/TX8 License and Click and View Polycom VCPV 0802 (Qty 2) Item 10 MGC Unified Conf Suite: IVR/DTMF Sutie Virtual Conf Suite/Music IO CONN Foru Unified Conf Platform Polycom VCCM 4901 (Qty 1) Item 11 MGC MPI Panel 16 RS449 DTE-F Connections: Supports up to 16 RS449 DTE Serial Connections + 16 RS366 Dialing Ports Polycom VCCM4901 (Qty 1) Itme 12 MGC Power Cord 110 VAC 2. 3 Meter (8 feet) Nort America, Polycom VCCP0101(Qty 1) Item 13 MGC MPI Adapter RS499 to EIA530 DTE_M EIA 530 Physical Interface adapter for DTE Straight Connections Polycom VCCM5302 (Qty 8) Item 14 MGC MPI Adapter RS449 to EIA530 DTE 530: EIA 530 Physical Interface Adapter for DTE Straight Connections Polycom VCCM5301 (Qty 8) Item 15 MGC-50 Onsite Installation of System Item 16 MGC-50 Premier 1 year parts shipped Priority and phone tech service warranty Item 17 Shipping and Handling: Ship to USARSO G-6 2450 Stanley Road Building 1000 Fort Sam Houston, Texas 78234 Contact Roger Reindeau 210-295-6381 Delivery: 45 days after receipt of order. Place of delivery for acceptance and FOB point will be USARSO G6 as in Item 17. APPLICABLE PROVISIONS AND CLAUSES: 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006). Solicitation prov ision at FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), applies to this acquisition; the Government will award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, will b e most advantageous to the Government, price and other factors conside red. The following factors shall be used to evaluate offers; In descending order of importance: (i) Price, (ii) Technical: Quoted products must be the brand name specified or a gove rnment determined equal, (iii) ability to meet a delivery date not to exce ed 30 days after receipt of order. Offeror shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications Commercial Items (June 2006), wit h each offer along with FAR 52.212-3 (Deviation) (Apr 2002). The clause at FA R 52.212-4, Contract Terms and Conditions (Sept 2005) Commercial Items applies to this acquisition; the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) blocks (5) (14) (1 5) (16) (17) (18) (19) (20) (26) and (3 3) apply, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) (Deviations). ADDITIONAL CONTRACT REQUIREMENTS: 52.252-1, Solicitation provisions incorporated by reference; 52.252- 2, Clauses incorporated by reference; 52.211-6, Brand Name or Equal. The following DFAR Clauses also apply to this solicitatio n: 252.212-7000, Offeror Representations and Certifications Commercial Items (June 2005); 252.212-7001, Contract Terms and Co nditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (July 2006) 5 2.203-2 Gratuties and 252-243-7002 Request for Equitable Adjustment apply. 252.232-7010, Levies on Contract Payments. T he payment method for this purchase will be the Government Purchase Card (GPC) FULL TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING THE LISTED INTERNET WEBSITES: or http://www.acqnet.gov/far/. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. Numbered note 1 applies. Signed and dated offers (quotes), to include a compl ete listing of all items, must be submitted to SFCA-TA-MSC, 2450 Stanley Road, Ft Sam Houston, TX. 78234-6102 no later than 1300 hrs, 28 August 2006. Offers may be submitted via mail, facsimile, or e-mail. (xvii) POC: Becky Veliz at 210-295-6129, Fax 210-295-6834 or email at becky.veliz@samhouston.army.mil or Tommie Lucius at 210-295-6573, tommie. lucius@samhouston.army.mil.
 
Place of Performance
Address: US Army South - G6 2450 Stanley Road Building 1000 Fort Sam Houston TX
Zip Code: 78234
Country: US
 
Record
SN01154894-W 20060928/060926220821 (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.