Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
MODIFICATION

70 -- VTC-Red Video Teleconferencing System

Notice Date
3/20/2008
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
 
ZIP Code
62225-5406
 
Solicitation Number
HC1028-08-T-0047
 
Response Due
3/26/2008
 
Archive Date
4/10/2008
 
Point of Contact
Fleurelle Humphrey, Contract Specialist, Phone 618-229-9246, Fax 618-229-9174
 
E-Mail Address
fleurelle.humphrey@disa.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This combined synopsis/solicitation is amended as follows: The resulting award is changed from a Best Value with Trade Offs to a Best Value with Lowest Price thats technically acceptable. As such, the preparation of past performance sheets, and references to Evaluation Plans and Evaluation Rating Color Schemes are no longer applicable. The Government only requires technical and cost proposals, the equipment listing and a completed DD Form 254. As the proposal preparation has been simplified, the closing date has been changed to 26 Mar 2008 at 10:00 AM CST. ================================================ This combined synopsis/solicitation is for commercial items/non-personal services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; technical and cost proposals are being requested at this time and a written solicitation will not be issued. Please contact fleurelle.humphrey@disa.mil for copies of the attachments. The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO) Scott AFB, IL has a requirement for DISA- Computing Services Directorate (CSD) to procure Information Technology (IT) support to engineer, procure hardware, install, test, operate, provide acceptance and maintain a turnkey Video Teleconference System for use as CLAS or UNCLAS in support of the DECC-Columbus Site Director . This system is to be operable as a dial-up system, or IP based system with DoD DISN Video Services DVS-II Network. The first priority will be to set up the system as a dial-up system with the second priority to set up the system for IP-based operation with a GFE UNLCLAS NIPR circuit and a GFE CLAS Secure IP system (SIPR Circuit). A second on-site trip may be required to perform setup for IP-based operation with a GFE UNLCLAS NIPR circuit and a GFE CLAS Secure IP system (SIPR Circuit) depending if the GFE circuits are yet in place. Other tasks are detailed in the Statement of Work. This is combined synopsis/solicitation, (RFQ) HC1028-08-T-0047, The requirement is for Hardware, Labor, Travel/ODCs, Maintenance/Return and Repair for VTC Red for DISA-GSS. Only New products (FAR 52.211-5) are acceptable. The NAICS code is 334111, the size standard is 1000 employees. Provide a price for the base year which will include the engineering, hardware acquisition, installation, testing, acceptance. Please break these costs into Labor, Hardware, Travel/ODCs and Maintenance. The prices for the four (4) option years are to be broken down into Labor, Travel/ODCs and Maintenance/Return and Repair. The shipto/place of performance address is: DECC-Columbus, Attn: Barry Dunn 614-692-3566, Bldg. 23, 3990 E. Broad Street, Columbus OH 43216 (For US Mail) Whitehall, OH 43213 (For FedEx, UPS, RPS). Items to be delivered FOB destination; acceptance at destination. Delivery requested no later than 30 days ARO or sooner if possible. The contractor must provide a technical proposal, prelimminary drawing of the proposed system, cost proposal for the base and four option years, and an equipment listing as part of the proposal response in accordance with the attached Statement of Work, Issue 8.0, dated 20 Feb 2008. When providing travel/odc costs, please break out each trip into Departure, Destination, number of people, number of days, airfare, perdiem, total per diem, car rental and total cost for each year. The proposals will be evaluation on Best Value - Lowest Price, Technically Acceptable basis. The contractor must also be able to provide personnel with a SECRET clearance per the DD Form 254. The SECRET clearance must be in place at the time of proposal submittal. ?Optional-- Contractor site visit is permitted, after consultation with government contracting officer, in order to perform a site survey prior to submitting final proposals to the Government. In accordance with Federal Acquisition Regulation (FAR) Part 6.203, the Government intends for this acquisition to be offered for competition limited to Small Business concerns. This procurement will be 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Program Participants. The period of performance will be one year from contract award with four (4) one-year options for Labor and maintenance support. The NAICS code is 334111, the size standard is 1000 employees. The following FAR clauses apply to this acquisition: 52.203-6 Alt1, 52.204-9, 52.204-6, 52.209-9000 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.214-34, 52.214-35, 52.217-5, 52.217-8, 52.217-9, 52.219-1, 52. 219-28, 52.222-41, 52.222-43, 52.225-13, 52.232-33 52.237-1, 52. 52.246-4, 52.247-34, 52.252-1, 52.252-5, 52.252-6. The following DFARS clauses apply to this acquisition: 252.204-7003, 252.211-7003, 252.212-7001, 252.225-7002, 252.225-7001, 252.232-7000, 252-232-7010, 252.243-7001, 252.244-7000, 252.246-7000, 252.247-7022 (access to clauses can be made via http://FARSITE.HILL.AF.MIL). The following Section 508 Accessibility Standard(s) (Technical & Functional Performance Criteria) are applicable to this acquisition: 1194.24 Video and Multimedia Products, 1194.31 Functional Performance Criteria. The contract type will be firm fixed price with labor CLINs. All unit prices/labor rates are firm fixed price. There are three(3) attachments for this requirement. Attachments are: Draft 7TAC Drawing, Statement of Work, DD Form 254 and These documents shall be referenced in your proposal. Please contact fleurelle.humphrey@disa.mil for copies of the attachments. If at anytime the Government determines that the requested services are no longer required, the Government reserves the right to not make an award. The Government also reserves the right to award without discussions. All questions regarding this requirement MUST be submitted via email by COB 19 Mar 2008. Proposals are due 26 Mar 2008 at 10:00 AM CST. All responses from responsible SDVOSB sources will be considered for evaluation and award of the contract. Oral communications are not acceptable. All inquiries regarding this requirement shall be submitted electronically and directed to Fleurelle Humphrey, at fleurelle.humphrey@disa.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-08-T-0047/listing.html)
 
Place of Performance
Address: DECC-Columbus, Attn: Barry Dunn 614-692-3566, Bldg. 23, 3990 E. Broad Street, Columbus OH 43216 (For US Mail) Whitehall, OH 43213 (For FedEx, UPS, RPS)
Zip Code: 43216
Country: UNITED STATES
 
Record
SN01538203-F 20080322/080321001050 (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.