Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOLICITATION NOTICE

59 -- 100% set aside for small business concerns to procure eleven (11) each of TEMPEST VCS based on the Polycom VSX7000 Codec. This RFQ is solicited under the terms of FAR 12.6, FAR 6.102(b), and other information included in this notice.

Notice Date
12/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W909MY-07-Q-Z113
 
Response Due
1/11/2007
 
Archive Date
3/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is a Request for Proposal (RFP), for W909MY-07-Q-Z113. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-23. The propsed contract is 100% set aside for Small Business concerns. The small business size standard, in millions of dollars is $8M for the North American Industry Classification System (NAICS) Code 443120. The U.S. Army intends to procure a basic quantity of Eleven (11) TEMPEST Video Conference System (VCS). The VCS shall be based on the Polycom VSX7000 Codec, and the description is as follows: Part Number: DTD-7000T-21; Camera: 12X zoom, ultra fast Pan/tilt /zoom with auto focus, and auto white balance; Video Standands: H.261, H.263,H.264; Video formats: NTSC/PAL; Fiber SC Connection: 100MB; Encryption Support: KG-194/KIV-7 with on screen and address book dialing; Internal Speakers: with Polycom Microphone Po d; 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. Optional Serial Module- RS-530/RS-449 with RS-366 dialing. 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 252.227-7037 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; FAR 52.6110 Mandatory Use of Contractor to Government Electronic Mail; 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 Offerors must submit proposals on the full quantity identified. In accordance with FAR 52.212-2 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most a dvantageous to the Government, price and other factors considered. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified i n the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Contracting Officer reserves the right to make no award under the procedures. Offers are to be received by January 11, 2007 by 2:00PM Eastern Standard Time. All Contractors not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or register on line at http://www.CCR.gov. The US Army C-E LCMC has es tablished 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 C-E LCMC to industry. All parti es interested in doing business with C-E LCMC 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, Sandie Kapoor, Contract Specialist, 703-325-6094 or sandie.kapoor@us.army.mil.
 
Place of Performance
Address: US Army, C-E LCMC, Acquisition Center - Washington Office 2461 Eisenhower Avenue, Room 1126 Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN01202992-W 20061229/061227220443 (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.