Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2007 FBO #2075
MODIFICATION

J -- FVVJ67135A100

Notice Date
7/31/2007
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2VVJ67135A100
 
Response Due
8/6/2007
 
Archive Date
8/21/2007
 
Point of Contact
Russell Beasley, Contract Specialist , Phone 813-828-4729, - Richard Hulse, Contract Specialist, Phone 813-828-1872, Fax 813-828-5111,
 
E-Mail Address
russell.beasley-02@macdill.af.mil, richard.hulse@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VVJ67135A100. The 6th Contracting Squadron, MacDill AFB, Florida requires the following: Tandberg Equipment Maintenance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 5 July, 2007, DFAR DCN 20070531, and AFAR 20070531. The North American Industry Classification System code (NAICS)is 334119. This requirement is being solicited as a small business set-aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. Description of Requirement: CLIN # Description QTY Price Total 1 Gold Maintenance Portable 6000 MXP SN#'s25A02611, 25A02453, 25A41102, 25A41178, 25A41070 5 EA 2 Gold Maintenance Codec 6000 MXP SN#'s 25A03736, 25A03725, 25A41365, 25A21368, 25A03758, 25A21328, 25A21344, 25A43318, 25A03715, 25A21400, 5A03729, 25A03707, 25A03761, 25A03760, 25A03734, 25A03768, 25A41357, 25A03795, 25A41356, 25A03793, 25A03714, 25A03738, 25A03765, 25A41363, 25A41364, 25A41373, 25A03766, 25A03739, 25A03716, 25A03751, 25A03732 31 EA 3 Gold Maintenance TANDBERG 1000 MXP (768 kbps IP only) SN#'s 13A21461, 13A21543, 13A14530, 13A21345, 13A21365, 13A21386, 13A21401, 13A21284, 13A21412, 13A21414, 13A21415, 13A21582, 13A21546, 13A20975, 13A21457, 13A21274, 13A21085, 13A21256, 13A21315, 13A21429, 13A21963 21 EA 4 Gold Maintenance TANDBERG 1000 (384 kbps ISDN/768 kbps IP) SN#'s 13.12788, 13.15455, 13.15442, 13.25432, 13.15431, 13.15420, 13.15397, 13.15267, 13.15263, 13.13243, 13.13206, 13.13171, 13.13146, 13.13132 14 EA 5 Gold Maintenance TANDBERG Management Suite SN#'s 80A01997, 80A02326 2 EA 6 Gold Maintenance Sold in sets of 20. Additional 20 MCU ports TNADBERG MPS SN#'s 36A01117, 36A01117, 36A01117, 58.01248, 58.01248, 58.01248 6 set 7 Gold Maintenance Sold in sets of 20. Advanced Video Option (AVO) for 20 MCU ports for TNADBERG MPS SN#'s 36A01117, 36A01117, 36A01117, 58.01248, 58.01248, 58.01248 6 set 8 Gold Maintenance External Network for TANDBERG MPS SN#'s 36A01117, 36A01117, 58.01248, 58.01248 4 set 9 Gold Maintenance TANDBERG MPS 800 SN#'s 36A01117, 58.01248 2 EA 10 Gold Maintenance TANDBERG Microsoft Office Communicator integration package SN#'s 80A01999, 80A02330 2 EA 11 Gold Maintenance TMS - Add'l 25 systems SN#'s 80A01998, 80A01999, 80A02327, 80A2328, 80A02329 5 set 12 Gold Maintenance TANDBERG Gatekeeper SN#'s 37A01213, 37A01374 2 EA 13 Gold Maintenance TANDBERG 1500 MXP SN#'s 40A05309, 40A05300, 40A05311, 40A05324, 40A05283, 40A05317, 40A05308, 40A05310, 40A05318, 40A05087, 40A04875, 40A04869, 40A04733 13 EA 14 Gold Maintenance Codec 3000 MXP SN#'s 33A30738, 33A2167, 33A20448 3 EA 15 Gold Maintenance TANDBERG Border Contraoller SN#'s 43A01833 1 EA 1. Gold Maintenance Includes the following: a. Provides toll free access to Technical Assistance Center (TAC) or service desk and next day parts and allows clients to repair systems on-site. b. Certified technical personnel staff (TAC) or service desk and assist clients in diagnosing and isolating problems. Trouble call business hour response is guaranteed to be 30 minutes or less and in most cases calls will be immediately routed to a trained technician for assistance. c. Replacement Parts will be dispatched on the same day as an order is received for next business day delivery. Non-chargeable software updates are also made available upon request along with an assessment of their technical impact. d. Provide clients with the ability to report troubles on-line, receive automatic e-mail updates on status changes as well as access to maintenance data base for historic maintenance trouble profiling and configuration management data. e. Toll free business hour access (8AM-8PM EST) (TAC) or service desk. f. Immediate on-line diagnostic and technical assistance g. Favorable scheduling for on-site technical support h. Client exercisable renewal options i. 10% savings on time and materials purchases j. 10% savings on Maintenance Support Service (MSS) pre-purchased with equipment k. Monthly billing with 5% credit if pre-paid annually. 1. TS Level Cleared Systems Engineers m. 24x7 Online Trouble Ticket Reporting n. 1435 Certified Engineers For Type 1 Encryption o. Tandberg Certified Engineers p. STE Communication Channel for Classified Help Desk Support q. Quarterly technical refreshment and on-site support meeting with facility management team r. Adtran Certified Engineers s. NSA Authorized Classified Storage for Classified Maintenance Support Documentation DELIVERY ADDRESS: Item is to be procured on behalf of Central Command (CENTCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference ( full text of provisions and clauses may be obtained via the internet: http://farsite.hill.af mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.213-2, Invoices; FAR 52.217-5, Evaluations of Options; FAR 52.225-13 -?Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.217-8, Option to Extend Services: 30 Days notice to extend; FAR 52.217-9, Option to Extend the Term of the Contract: 30 Days notice to extend, 60 Days preliminary notice, not to exceed 5 Years; FAR 52.232-19, Availability of Funds for Next Fiscal Year; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 (Alt 1), Required CentratContractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212?7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.aftnil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also, your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 30 July 2007 by 8:00AM EST. Submit offers or any questions to the attention of Russell Beasley, 6 CONS/LGCB, via fax 813-828-5111, or preferably by email to russell.beasley-02@macdill.afmil Numbered note 1 applies to this RFQ.
 
Place of Performance
Address: US CENTCOM, 7115 S. Boundary Blvd., MacDill AFB, FL
Zip Code: 33621-5000
Country: UNITED STATES
 
Record
SN01357545-W 20070802/070731221402 (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.