Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

N -- VTC SYSTEM

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, Bldg. 1-1333 Armistead and McComb Street, Fort Bragg , NC 28310
 
ZIP Code
28310
 
Solicitation Number
DPTPLA8093N128
 
Response Due
4/24/2008
 
Point of Contact
Name: Joseph Colantuono, Title: Contract Specialist, Phone: 9109074749, Fax: 9103967872
 
E-Mail Address
joseph.colantuono@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is DPTPLA8093N128 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 561499 with a small business size standard of $6M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-04-24 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft. Bragg, NC 28310 The USA ACA Ft. Bragg requires the following items, Exact Match Only, to the following: LI 001, Install Video Teleconference System. Description of Specifications for Install: The room measures roughly 35x15 with a U shaped table used for briefings, training and video-conferencing using computer and video based programs. The room also has guest tables to support seating for additional passive participants and a facilitators desk. These participants will not participate in VTC or Audio Conference sessions. The Government Furnished (GFE) Equipment Includes: Two Ceiling Mounted LCD Projectors BENQ 6100 Two Projection Screens One Multi Time Zone Clock Sound System The Sources for the Room Include: GFE SIPR Computer (located at Facilitators Desk) GFE NIPR Computer (located at Facilitators Desk) Laptop Connection DVD Player DVD Recorder VTC Codec & Camera Functionality Requirements include the ability to control the system via a 10 wired touch panel located at the Facilitators Desk, Video Conferencing, Audio Conferencing and source selection that can be routed to any display. The system needs to support automated switching between SIPR & NIPR for VTC via the touch panel. The VTC system will be connecting via IP only. The audio system will include the GFE surround system for program audio and two wired microphones to be connected to the VTC system. The microphone cable will run from the equipment rack to the conference room table. Equipment to be provided by Vendor. Name Brand or Equal Only see below information. AUDIO/VIDEO DISTRIBUTION,Consisting of:1 Secure IP switch CIS Secure DTD-FT221 EA 12 PC cable Extron 26-566-04 EA 1 3 MVX44VGAA switcher Extron 60-635-21 EA 1 4 MAV44SVA switcher Extron 60-553-22 EA 1 5 RGB192 PC interface Extron 60-486-01 EA 2 6 6000 MXP portable Tandberg 113540 EA 1 7 Natural presenter package Tandberg 113827NPP EA 1 8 Customer core maintenance Tandberg 113540V31D EA 1 9 Miscellaneous install materials Various BL-INT-AV EA 1 10 Speakers JBL Control 1 EA 2 $85.00 $170.0011 Ceiling mounted microphones Shure MX202BP/C EA 4 12 Mic-Line matrix mixer Clear One XAP400 EA 1 13 Amplifier Alesis RA300 EA 1 $290.00 $290.0014 Rack enclosure w/ casters-doors Middle Atlantic PTRK-21MDK EA 1 15 Rack power strip Middle Atlantic PD-915R EA 1 16 Wall plate for TP Crestron TPS-4500IMW EA 1 17 10.4" color touch panel Crestron TPS-4000 EA 1 18 Controller Crestron Pro2 EA 1 19 Com card module Crestron C2COM-3 EA 1 20 Power controller Crestron ST-PC EA 2 21 Cresnet block Crestron C2N-Hblock EA 1 22 Silver Maintenance Plan-3 year By-Light BL-SMP3-AV EA 1 23 Estimated shipping costs BL-SHI-AV EA 1., 1, EA; LI 002, Labor Cost for Install of VTC System.Professional Service Installers required. 1 Engineer Hr 40 2 Corp Comms Specialist I Hr 80 3 Project Manager II Hr 8 4 Principal Engineer I Hr 48 5 Technical Writer Hr 16 6 Configuration Manager Hr 16, 1, EA; LI 003, Travel Cost to Fort Bragg NC,28310 and from Fort Bragg NC, 28310, 1, EA; For this solicitation, USA ACA Ft. Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Desired Delivery: 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a8b763fdfde95dcb98f27c87ad5b6a1&tab=core&_cview=1)
 
Place of Performance
Address: Ft. Bragg, NC 28310
Zip Code: 28310
 
Record
SN01557895-W 20080423/080421215023-0ee31682d9c5a1ff261244491ddc7077 (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.