Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

70 -- InfoNet Equipment

Notice Date
5/14/2008
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ018700010001-01
 
Point of Contact
Theresa E Booker,, Phone: 703-696-1495, Kimberly Callard,, Phone: 703 696 3858
 
E-Mail Address
theresa.booker.ctr@whs.mil, kimberly.callard@whs.mil
 
Small Business Set-Aside
8a Competitive
 
Description
******NOTE: PDF FILES WILL NOT BE ACCEPTED. This announcement is a combined sysnopsis/solicitation Request for Quotes, (RFQ) number is HQ0187-00010001 This is a commercial items procurement in accordance with the terms of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures, a separate written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for thisthis procurement is 541513, and the small business size standard is 100 employees. This is 100% set-aside for 8(a) small business. The Washington Headquarters Services (WHS), Acquisition and Procurement Office, 1155 Defense Pentagon, Washington, DC, 20301-1155. The contractor shall furnish the necessary labor, materials, equipment, business approach and strategy to continue existing support and service for disseminating information throughout the Pentagon Reservation and support the expansion of the InfoNet branding throughout the National Capitol Region 4th Estate The contractor shall provide the following items on a firm fixed price basis: Make/ModelQuantities VaryPart Number Description 32 inch LCD Monitor LCD3210-BK NEC MultiSync LCD3210-BK 46 inch LCD Monitor LCD4620-BK-AV NEC MultiSync LCD4620-BK-AV 60 inch plasma Monitor 60XM5 NEC PlasmaSync 60XM5 -60" plasma panel 23 inch LCD Monitor LCD2190-UXP NEC MultiSync 23" Display Optiplex 755-Small Form FactorBPCW7SZ6 Dell Optlplex 755 SFF Dual Arm Wall Mount Media Player Altec Speakers and Audigy Sound Cards Networked Player, Single Output, CoolSign CSW-P1-30 CoolSign MP Licenses SW Maintenance, Networked Player, Single Output, CoolSign CSW1-APL CoolSign Software Maintenance Trigue 2200 51MF0065AA001 Creative Labs I-Trigue 2200 2.0 Speakers SN-4045-WXV SN-4045-WXV 42" LCD Display SN-4620-1080/V SN-4620-1080/V 50" LCD Display Cables 25 ft m/m hd15 8-1717M-025 25 ft VGA Cables Monitor Replacement Cable M/M 6 ft m/m hd15 8-1717M-006 6 ft VGA Cables Monitor Replacement Cable M/M db9 female solder on 1-DB09FSC db9 Female Solder on Connectors Metalized Plastic 2-DB09MPH db9/ hd15 Metalized Plastic Hoods CAT6 patch cord 8-8050BK-007 7 ft CAT6 Patch cables VGA 1m/2f splitter 8-1717-Y-001 VGA "Y" Splitter Cable with One Foot Legs db9 1f/2m splitter 8-1802Y-001 1 FT Serial "Y" Splitter Cable - DB9 F/2M Enclosures 7968 32 IN NEC Display Wall KIOSKInfrastructure-32 32" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) 7969 46 IN NEC Display Wall KIOSK Infrastructure-46 46" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) Other Direct Costs Installation/Shipping Cost Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070531: FAR 52.211-6 Brand Name or Equal – the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Insert at FAR 52.212-2(a) “The Government will award a contract resulting from this synopsis to the responsible offeror whose offer conforming to this solicitationsolicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Technically acceptable and lowest price. Responses must be submitted via email to the Point of Contact listed below. Quoters must identify the Reference number, HQ0187-00010001, in the Subject Line of the email. Quoters are advised to submit electronic documents early and confirm successful transmission/receipt. Quotations are due no later than 12:00 pm, Eastern Standard Time, Monday, 7 April 2008. Quotes shall be submitted electronically via email to: Theresa.Booker.ctr@whs.mil. For additional information, contact Theresa Booker, Contract Specialist, at (703) 696-1495. -------------------------------------------------------------------------------------------- Statement of Work InfoNet Equipment Installations 1.0 BACKGROUND Washington Headquarter Services (WHS) is a Department of Defense (DoD) Field Activity responsible for providing a wide range of administrative and operational services that enable DoD components to accomplish our shared mission of supporting the Secretary of Defense. In support of this mission, WHS maintains and operates the Pentagon Reservation on behalf of the Director of Administration and Management for the Office of the Secretary of Defense. Washington Headquarter Services Information Technology Management Directorate (WHS/ITMD) provides Information Technology (IT) support for WHS. Support includes: IT portfolio management, e-business services, and requirements analysis and application development; enterprise architecture development and provisioning; IT capital investment planning, procurement and asset management; and other technical services, such a information assurance and systems security, help desk and telecommunications services, web development and wireless solutions to meet mission needs. The InfoNet Center (IMC) supports the revitalization of the communication initiative Pentagon Wide. The intent is to provide an integrated solution to disseminate and display unclassified, non-sensitive information throughout the Pentagon Reservation, remote locations within the 4th Estate and Department of Defense locations from a centralized WHS location. This initiative is designed to modernize and streamline the Pentagon’s and Department of Defense’s communications processes as the communications effort continues to develop and expand. At present, there are a total of 23 InfoNet locations strategically disbursed in hi-traffic areas throughout the Pentagon Reservation. This equipment will be assembled and installed by the contractor and configured, tested and placed in production by the on-site InfoNet Hardware/Software Engineer. If equipment is found to be faulty upon delivery, new equipment replacement will be provided by the equipment vendor at no-cost to the Government. 2.0 TECHNICAL SUPPORT 2.1 The contractor shall work with the Government to develop a formal problem resolution process that will be incorporated into the BPA. The proposed process shall include a means to address the full range of potential problems including those surrounding product/service delivery, accuracy/integrity of equipment, invoice and billing discrepancies, and any other potential issues that may arise. The contractor’s proposed problem resolution process shall include, at a minimum, the following key elements: (a) Contractor Point of Contact (CPOC) receives the initial trouble call regarding any problem within the scope of the requirement. (b) Ability to track a problem from initial contact through resolution. (c) Method to report trouble calls. 3.0 TRAINING 3.1 The Contractor will provide training materials and other information to the extent that they are available, including but not limited to: (a) User manuals for approved devices (b) Answers to Frequently Asked Questions (FAQ) (c) Posting of tips & techniques and productivity enhancements that are appropriate for the subscriber’s devices and services 4.0 TECHNOLOGY REFRESHMENT PROGRAM 4.1. After BPA award, the contractor will quarterly propose independently, technology refreshments to the equipment and services provided under this BPA. The Government desires all of the equipment remain up-to-date with commercial equivalents. In particular, the Contractor shall provide upgrades to its commercial support systems, including, but not limited to, equipment systems, services ordering and tracking, trouble and complaint handling, and spend management and administrative reporting at no additional price to the Government as these upgrades become available to commercial customers. The contractor’s proposal should include alternate equipment and services which meets the following characteristics: (a)Meets at a minimum all of the mandatory requirements of the Statement of Work; (b)Is functionally equivalent or superior to current components under the BPA; (c)Will maintain or improve successful performance; (d)Has been successfully utilized in actual performance in other Government procurements or in the commercial environment; and (e)Will be provided at a price per unit of value to the Government equal to or less than the equipment or services currently under the BPA. 4.2 The Government reserves the right to conduct any tests and analyses it deems necessary prior to introduction of new products/services into this BPA 4.3 The Contractor shall review pricing for equipment and services quarterly and refresh pricing to ensure that pricing remains equal to or better than the best pricing offered to any Department of Defense Branch, Unit or Agency (“Authorized Users”), and commercial companies under a directly negotiated Agreement with Contractor with similar terms and conditions. Prices may decrease at any time without BPA Contracting Officer’s approval. Price increases for new equipment or services must be approved by the BPA Contracting Officer. 5.0 INSTALLATION SCOPE OF WORK •The contractor shall deliver requested equipment to the designated location for inspection, bar-coding and assembly. •The contractor shall work with the on-site Hardware/Software Engineer to transport the equipment to the identified location for installation. •The contractor shall perform the equipment installation as required for each location. •The contractor shall assist the Hardware/Software Engineer in the implementation of the hardware/software as required. •The contractor shall remove all debris or residue and ensure that the installation location is clean prior to departure. 6.0. WARRANTY 6.1 In accordance with FAR 31.205-39, Service and Warranty, the Contractor shall provide standard, commercially available warranties for equipment and accessories. The standard warranty period shall commence on the day the device is activated on the Contractor’s network. The equipment and accessories sold by the contractor have a minimum manufacturer’s warranty period of one (1) year from date of activation. The contractor shall not offer extended warranties, loss/damage protection plans or other insurance on devices or accessories. 6.2 The Contractor shall replace any equipment under this BPA if it breaks three (3) times. WHS/ITMD requests the equipment and accessories replaced shall be commercial standard or brand new, i.e., (not refrubished or used). 7.0 PHYSICAL SECURITY 7.1 The contractor shall be responsible for safeguarding all Government property moved, handled or provided for the Contractor. At the close of each work period, Government facilities, equipment and materials shall be secured. 8.0 SPECIAL INSTRUCTIONS 8.1 Information Assurance includes safeguarding agency classified/unclassified information at the network and desktop level. Applicable Federal and agency-specific security policies and guidelines per the provision of AR 25-1, Chapter 5, shall apply to information technology systems, supported networks, all workstations and personal computers to remotely access computing and networking resources regardless of location. Compliance with these requirements will be monitored by periodic computer security audits performed by, or on behalf of, the office. 9.0ACCESS TO OFFICES 9.1 The contractor is responsible for ensuring contractors pass a security background check in order to obtain a DoD building pass to gain access to the Pentagon and some of the other sites. The contractor shall contact the Contracting Officer Representative (COR) for instructions in obtaining the required pass for each contractor. The contractor shall submit names of personnel assigned to work on this contract to the COR within two days after award or if there are any changes. Government representatives from each office will be present during pick-up and deliveries. 10.0 BUILDING PROCEDURES 10.1 The contractor personnel shall comply with all building procedures concerning the handling and movement of equipment and materials within a building, and concerning the delivery of equipment to or from a building. Specific building procedures and guidance will be provided by the WHS IT warehouse manager or designated WHS/ITMD personnel when tasks are assigned. 11.0 SECURITY 11.1 The highest security level involved in the performance of this effort is Secret. All contract personnel must be U.S. Citizens and have a favorable background investigation. All contractors must obtain a National Criminal Investigation Check (NCIC) clearance. Security Program Operation manual DoD 52200.22M (Attachment 4). Secret Security Clearance is required. ------------------------------------------------------------------------------------------------- QUOTATION FORMAT AND INSTRUCTIONS 1. General: a.The Government reserves the right to conduct discussions and allow for submission of quotation revisions/updates. Thus, quoters should initially submit their most favorable terms from a price and technical standpoint. Quotations must be for all Contract Line Items (on an all or none basis). b.For planning purposes only, the estimated Blanket Purchase Agreement (BPA) award date is 30 May 2008. c.Quotations will be clearly marked with the specified RFQ number and posted electronically on sent via email to Theresa Booker at Theresa.Booker.ctr@whs.mil by the closing date/time for receipt of quotes. Refer any questions to Theresa Booker or Kim Callard via email at Kimberly.Callard@whs.mil. d.If proposing under the Contracting Teaming Arrangement(s) [CTA(s)], provide a copy of all applicable CTAs. For information regarding CTAs, refer to: http://www.gsa.gov e.For administrative convieneince, there will be an Other than Direct Cost (ODC) of $3,000.00. Items in the ODC must not exceed the Micro Purchase Threshold of $3,000 as defined in FAR 2.101. f.The Government requests the best discounted price. g.The quotation shall be prepared so it meets the following format requirements when printed in hard copy: (1)8 ½ x 11 inch paper (2)Single – spaced typed lines, including figures, glossaries (3)1 inch margins (4)12-point Times New Roman font in the text and (5)10-point Times New Roman font in all tables (6)No hyperlinks (7)In Microsoft Word and Excel software (as appropriate) (PDF files are not acceptable) h.The quotation shall be limited to the following submissions and pages: (1)Cover letter: two (2) pages (2)Technical Approach Plan: no more than ten (10) pages (3)Past Performance: six (6) pages excluding questionnaires (4)Price Quotation: No page limit i.Attachments to RFQ: (1)Statement of Work (SOW) (2)Quotation Format and Instruction (this document) (3)Past Performance Questionnaire (4)Evaluation Factors for award 2. Technical Approach Plan: a.Provide details of your proposed approach that demonstrates your understanding of the work and capability to accomplish the requirements of the SOW. Clearly identify and summarize the features, benefits and potential risks/mitigation strategies of your proposed approach. 3. Past Performance: a.Project Summaries. Complete and submit summaries, as described below, for three relevant projects completed (and/or in process) from 29 May 2005 to date. If the quoter has less than three relevant projects, the quoter shall submit as many projects as it has. For the three relevant projects selected, quoter shall summarize the following information, not to exceed (2) pages for each project: (1)Project Title (2)Contract Number (3)Point of Contact information: name, title, phone number, email address (4)Role on the project of the company providing the past performance information (prime or subcontractor) (5)Describe the services provided (6)Describe the relevance to the requirements of the RFQ, projects similar in size, scope, and complexity to the solicited work. (7)Describe the cost and schedule performance including explanations for any cost and/or time growth experience. (8)Provide the date the Past Performance Questionnaire was requested and to whom it was sent (name, title, phone number, and email address). b.Past Performance Questionnaires. The quoter shall initiate the Past Performance Questionnaires (Attachment [3]) for each of the three (3) references submitted. The quoter shall complete blocks 1 through 7 on the form. The quoter shall request that the customer’s representative most knowledgeable of the project to complete blocks 8 through 10 on the form and submit the Past Performance Questionnaires via email directly to Theresa Booker at Theresa.Booker.ctr@whs.mil and Kimberly Callard at Kimberly.Callard@WHS.mil (also specified on the form) no later than the quotation due date. Quoters are responsible for ensuring the telephone numbers provided for the customer’s representative indicated on each Relevant Project Summary are accurate and the representative is aware the Acquisition and Procurement Office may be contacting their office regarding the questionnaire and the quoter’s past performance. c.The quoter must either provide the above information or affirmatively state that no past performance history exists. 4.Price Quotation: Provide a price quotation in the same or similar format as specified below. The performance period dates will be adjusted accordingly based on the actual date of award (if award is after 30 May 2008). Base Periord: Performance Period 30 May 2008 – 29 May 2009 CLINDescription QuanityUnitTotal price 0001EquipmentMake/Model or Equal 0001AA32 inch LCD Monitor LCD3210-BK EACH 000101Range 0 – 5 000102Range 6 – 50 000103Range 51 – 100 0001AB46 inch LCD MonitorLCD4620-BK-AV EACH 000104Range 0 – 5 000105Range 6 – 50 000106Range 51 – 100 0001AC60 inch plasma Monitor60XM5 EACH 000107Range 0 – 5 000108Range 6 – 50 000109Range 51 – 100 0001AD23 inch LCD MonitorLCD2190-UXP EACH 000110Range 0 – 5 000111Range 6 – 50 000112Range 51 – 100 0001AEOptiplex 755-Small Form FactorBPCW7SZ6 EACH 000113Range 0 – 5 000114Range 6 – 50 000115Range 51 – 100 0001AFMedia Player 000116Range 0-5 000117Range 6-50 000118Range 50-100 0001AGDual Arm Wall MountInfrastructure EACH 000119Range 0 – 5 000120Range 6 – 50 000121Range 51 – 100 0001AHAltec Speakers and Audigy Sound Cards EACH 000122Range 0 – 5 000123Range 6 – 50 000124Range 51 – 100 0001AJCool Sign MP LicensesCSW-P1-30 EACH 000125Range 0 – 5 000126Range 6 – 50 000127Range 51 – 100 0001AKCool Sign MP Software MaintenanceCSW1-APL EACH 000128Range 0 – 5 000129Range 6 – 50 000130Range 51 – 100 0001ALCreative Labs - I-Trigue 2200 2.0 Speakers51MF0065AA001 EACH 000131Range 0 – 5 000132Range 6 – 50 000133Range 51 – 100 0001AM42" LCD DisplaySN-4045-WXV EACH 000134Range 0 – 5 000135Range 6 – 50 000136Range 51 – 100 0001AN50" LCD DisplaySN-4620-1080/V EACH 000137Range 0 – 5 000138Range 6 – 50 000139Range 51 – 100 0002Cables 0002AA25ft VGA Cables Monitor Replacement Cable M/M8-1717M-025 EACH 000201Range 0 – 5 000202Range 6 – 50 000203Range 51 – 100 0002AB6ft VGA Cables Monitor Replacement Cable M/M8-1717M-006 EACH 000204Range 0 – 5 000205Range 6 – 50 000206Range 51 – 100 0002ACdb9 Female Solder on Connectors1-DB09FSC EACH 000207Range 0 – 5 000208Range 6 – 50 000209Range 51 – 100 0002ADdb9/hd 15 Metalized Plastic2-DB09MPH EACH 000210Range 0 – 5 000211Range 6 – 50 000212Range 51 – 100 0002AE7 ft CAT6 Patch Cables8-8050BK-007 EACH 000213Range 0 – 5 000214Range 6 – 50 000215Range 51 – 100 0002AFVGA "Y" Splitter Cable w/ One Foot Legs8-1717-Y-001 EACH 000216Range 0 – 5 000217Range 6 – 50 000218Range 51 – 100 0002AG1 FT Serial "Y" Splitter Cable - DB9 F/2M8-1802Y-001 EACH 000219Range 0 – 5 000220Range 6 – 50 000221Range 51 – 100 0002H32" Screen Enclosure Portrait Display (Includes (2) monitor swing arms)Infrastructure-32 EACH 000222Range 0 – 5 000223Range 6 – 50 000224Range 51 – 100 0002J46" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) 000225Range 0 – 5 000226Range 6 – 50 000227Range 51 – 100 0003Other Direct Cost NTE $3,000.00 0004Installation/Shipping Cost Option Year 1: Performance Period 30 May 2009 – 29 May 2010 CLINDescription QuanityUnitTotal price 1001EquipmentMake/Model or Equal 1001AA32 inch LCD Monitor LCD3210-BK EACH 100101Range 0 – 5 100102Range 6 – 50 100103Range 51 – 100 1001AB46 inch LCD MonitorLCD4620-BK-AV EACH 100104Range 0 – 5 100105Range 6 – 50 100106Range 51 – 100 1001AC60 inch plasma Monitor60XM5 EACH 100107Range 0 – 5 100108Range 6 – 50 100109Range 51 – 100 100AD23 inch LCD MonitorLCD2190-UXP EACH 101010Range 0 – 5 101011Range 6 – 50 101012Range 51 – 100 1001AEOptiplex 755-Small Form FactorBPCW7SZ6 EACH 101013Range 0 – 5 101014Range 6 – 50 101015Range 51 – 100 1001AFMedia Player 101016Range 0-5 101017Range 6-50 101018Range 50-100 1001AGDual Arm Wall MountInfrastructure EACH 101018Range 0 – 5 101019Range 6 – 50 101020Range 51 – 100 1001AHAltec Speakers and Audigy Sound Cards EACH 101021Range 0 – 5 101022Range 6 – 50 101023Range 51 – 100 1001AJCool Sign MP LicensesCSW-P1-30 EACH 101024Range 0 – 5 101025Range 6 – 50 101026Range 51 – 100 1001AKCool Sign MP Software MaintenanceCSW1-APL EACH 101027Range 0 – 5 101028Range 6 – 50 101029Range 51 – 100 1001ALCreative Labs - I-Trigue 2200 2.0 Speakers51MF0065AA001 EACH 101030Range 0 – 5 101031Range 6 – 50 101032Range 51 – 100 1001AM42" LCD DisplaySN-4045-WXV EACH 101033Range 0 – 5 101034Range 6 – 50 101035Range 51 – 100 1001AN50" LCD DisplaySN-4620-1080/V EACH 101036Range 0 – 5 101037Range 6 – 50 101038Range 51 – 100 1002Cables 1002AA25ft VGA Cables Monitor Replacement Cable M/M8-1717M-025 EACH 100201Range 0 – 5 100202Range 6 – 50 100203Range 51 – 100 1002AB6ft VGA Cables Monitor Replacement Cable M/M8-1717M-006 EACH 100204Range 0 – 5 100205Range 6 – 50 100206Range 51 – 100 1002ACdb9 Female Solder on Connectors1-DB09FSC EACH 100207Range 0 – 5 100208Range 6 – 50 100209Range 51 – 100 1002ADdb9/hd 15 Metalized Plastic2-DB09MPH EACH 100210Range 0 – 5 100211Range 6 – 50 100212Range 51 – 100 1002AE7 ft CAT6 Patch Cables8-8050BK-007 EACH 100213Range 0 – 5 100214Range 6 – 50 100215Range 51 – 100 1002AFVGA "Y" Splitter Cable w/ One Foot Legs8-1717-Y-001 EACH 100216Range 0 – 5 100217Range 6 – 50 100218Range 51 – 100 1002AG1 FT Serial "Y" Splitter Cable - DB9 F/2M8-1802Y-001 EACH 100219Range 0 – 5 100220Range 6 – 50 100221Range 51 – 100 10026H32" Screen Enclosure Portrait Display (Includes (2) monitor swing arms)Infrastructure-32 EACH 100222Range 0 – 5 100223Range 6 – 50 100224Range 51 – 100 10022546" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) 100226Range 0 – 5 100227Range 6 – 50 100228Range 51 – 100 1003Other Direct Cost NTE $3,000.00 1004Installaiton/Shipping Cost Option Year 2: Performance Period 30 May 2010 – 29 May 2011 CLINDescription QuanityUnitTotal price 2001EquipmentMake/Model or Equal 2001AA32 inch LCD Monitor LCD3210-BK EACH 200101Range 0 – 5 200102Range 6 – 50 200103Range 51 – 100 2001AB46 inch LCD MonitorLCD4620-BK-AV EACH 200104Range 0 – 5 200105Range 6 – 50 200106Range 51 – 100 2001AC60 inch plasma Monitor60XM5 EACH 200107Range 0 – 5 200108Range 6 – 50 200109Range 51 – 100 200AD23 inch LCD MonitorLCD2190-UXP EACH 201010Range 0 – 5 201011Range 6 – 50 201012Range 51 – 100 2001AEOptiplex 755-Small Form FactorBPCW7SZ6 EACH 201013Range 0 – 5 201014Range 6 – 50 201015Range 51 – 100 2001AFMedia Player 201016Range 0-5 201017Range 6-50 201018Range 50-100 2001AGDual Arm Wall MountInfrastructure EACH 201018Range 0 – 5 201019Range 6 – 50 201020Range 51 – 100 2001AHAltec Speakers and Audigy Sound Cards EACH 201021Range 0 – 5 201022Range 6 – 50 201023Range 51 – 100 2001AJCool Sign MP LicensesCSW-P1-30 EACH 201024Range 0 – 5 201025Range 6 – 50 201026Range 51 – 100 2001AKCool Sign MP Software MaintenanceCSW1-APL EACH 201027Range 0 – 5 201028Range 6 – 50 201029Range 51 – 100 2001ALCreative Labs - I-Trigue 2200 2.0 Speakers51MF0065AA001 EACH 201030Range 0 – 5 201031Range 6 – 50 201032Range 51 – 100 2001AM42" LCD DisplaySN-4045-WXV EACH 201033Range 0 – 5 201034Range 6 – 50 201035Range 51 – 100 2001AN50" LCD DisplaySN-4620-1080/V EACH 201036Range 0 – 5 201037Range 6 – 50 201038Range 51 – 100 2002Cables 2002AA25ft VGA Cables Monitor Replacement Cable M/M8-1717M-025 EACH 200201Range 0 – 5 200202Range 6 – 50 200203Range 51 – 100 2002AB6ft VGA Cables Monitor Replacement Cable M/M8-1717M-006 EACH 200204Range 0 – 5 200205Range 6 – 50 200206Range 51 – 100 2002ACdb9 Female Solder on Connectors1-DB09FSC EACH 200207Range 0 – 5 200208Range 6 – 50 200209Range 51 – 100 2002ADdb9/hd 15 Metalized Plastic2-DB09MPH EACH 200210Range 0 – 5 200211Range 6 – 50 200212Range 51 – 100 2002AE7 ft CAT6 Patch Cables8-8050BK-007 EACH 200213Range 0 – 5 200214Range 6 – 50 200215Range 51 – 100 2002AFVGA "Y" Splitter Cable w/ One Foot Legs8-1717-Y-001 EACH 200216Range 0 – 5 200217Range 6 – 50 200218Range 51 – 100 2002AG1 FT Serial "Y" Splitter Cable - DB9 F/2M8-1802Y-001 EACH 200219Range 0 – 5 200220Range 6 – 50 200221Range 51 – 100 20026H32" Screen Enclosure Portrait Display (Includes (2) monitor swing arms)Infrastructure-32 EACH 200222Range 0 – 5 200223Range 6 – 50 200224Range 51 – 100 20022546" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) 200226Range 0 – 5 200227Range 6 – 50 200228Range 51 – 100 2003Other Direct Cost NTE $3,000.00 2004Installation/Shipping Cost Option Year 3: Performance Period 30 May 2011 – 29 May 2012 CLINDescription QuanityUnitTotal price 3001EquipmentMake/Model or Equal 3001AA32 inch LCD Monitor LCD3210-BK EACH 300101Range 0 – 5 300102Range 6 – 50 300103Range 51 – 100 3001AB46 inch LCD MonitorLCD4620-BK-AV EACH 300104Range 0 – 5 300105Range 6 – 50 300106Range 51 – 100 3001AC60 inch plasma Monitor60XM5 EACH 300107Range 0 – 5 300108Range 6 – 50 300109Range 51 – 100 300AD23 inch LCD MonitorLCD2190-UXP EACH 301010Range 0 – 5 301011Range 6 – 50 301012Range 51 – 100 3001AEOptiplex 755-Small Form FactorBPCW7SZ6 EACH 301013Range 0 – 5 301014Range 6 – 50 301015Range 51 – 100 3001AFMedia Player 301016Range 0-5 301017Range 6-50 301018Range 50-100 3001AGDual Arm Wall MountInfrastructure EACH 301018Range 0 – 5 301019Range 6 – 50 301020Range 51 – 100 3001AHAltec Speakers and Audigy Sound Cards EACH 301021Range 0 – 5 301022Range 6 – 50 301023Range 51 – 100 3001AJCool Sign MP LicensesCSW-P1-30 EACH 301024Range 0 – 5 301025Range 6 – 50 301026Range 51 – 100 3001AKCool Sign MP Software MaintenanceCSW1-APL EACH 301027Range 0 – 5 301028Range 6 – 50 301029Range 51 – 100 3001ALCreative Labs - I-Trigue 2200 2.0 Speakers51MF0065AA001 EACH 301030Range 0 – 5 301031Range 6 – 50 301032Range 51 – 100 3001AM42" LCD DisplaySN-4045-WXV EACH 301033Range 0 – 5 301034Range 6 – 50 301035Range 51 – 100 3001AN50" LCD DisplaySN-4620-1080/V EACH 301036Range 0 – 5 301037Range 6 – 50 301038Range 51 – 100 3002Cables 3002AA25ft VGA Cables Monitor Replacement Cable M/M8-1717M-025 EACH 300201Range 0 – 5 300202Range 6 – 50 300203Range 51 – 100 3002AB6ft VGA Cables Monitor Replacement Cable M/M8-1717M-006 EACH 300204Range 0 – 5 300205Range 6 – 50 300206Range 51 – 100 3002ACdb9 Female Solder on Connectors1-DB09FSC EACH 300207Range 0 – 5 300208Range 6 – 50 300209Range 51 – 100 3002ADdb9/hd 15 Metalized Plastic2-DB09MPH EACH 300210Range 0 – 5 300211Range 6 – 50 300212Range 51 – 100 3002AE7 ft CAT6 Patch Cables8-8050BK-007 EACH 300213Range 0 – 5 300214Range 6 – 50 300215Range 51 – 100 3002AFVGA "Y" Splitter Cable w/ One Foot Legs8-1717-Y-001 EACH 300216Range 0 – 5 300217Range 6 – 50 300218Range 51 – 100 3002AG1 FT Serial "Y" Splitter Cable - DB9 F/2M8-1802Y-001 EACH 300219Range 0 – 5 300220Range 6 – 50 300221Range 51 – 100 30026H32" Screen Enclosure Portrait Display (Includes (2) monitor swing arms)Infrastructure-32 EACH 300222Range 0 – 5 300223Range 6 – 50 300224Range 51 – 100 30022546" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) 300226Range 0 – 5 300227Range 6 – 50 300228Range 51 – 100 3003Other Direct Cost NTE $3,000.00 3004Installation/Shipping Cost Option Year 4: Performance Period 30 May 2012 – 29 May 2013 CLINDescription QuanityUnitTotal price 4001EquipmentMake/Model or Equal 4001AA32 inch LCD Monitor LCD3210-BK EACH 400101Range 0 – 5 400102Range 6 – 50 400103Range 51 – 100 4001AB46 inch LCD MonitorLCD4620-BK-AV EACH 400104Range 0 – 5 400105Range 6 – 50 400106Range 51 – 100 4001AC60 inch plasma Monitor60XM5 EACH 400107Range 0 – 5 400108Range 6 – 50 400109Range 51 – 100 400AD23 inch LCD MonitorLCD2190-UXP EACH 401010Range 0 – 5 401011Range 6 – 50 401012Range 51 – 100 4001AEOptiplex 755-Small Form FactorBPCW7SZ6 EACH 401013Range 0 – 5 401014Range 6 – 50 401015Range 51 – 100 4001AFMedia Player 401016Range 0-5 401017Range 6-50 401018Range 50-100 4001AGDual Arm Wall MountInfrastructure EACH 401018Range 0 – 5 401019Range 6 – 50 401020Range 51 – 100 4001AHAltec Speakers and Audigy Sound Cards EACH 401021Range 0 – 5 401022Range 6 – 50 401023Range 51 – 100 4001AJCool Sign MP LicensesCSW-P1-30 EACH 401024Range 0 – 5 401025Range 6 – 50 401026Range 51 – 100 4001AKCool Sign MP Software MaintenanceCSW1-APL EACH 401027Range 0 – 5 401028Range 6 – 50 401029Range 51 – 100 4001ALCreative Labs - I-Trigue 2200 2.0 Speakers51MF0065AA001 EACH 401030Range 0 – 5 401031Range 6 – 50 401032Range 51 – 100 4001AM42" LCD DisplaySN-4045-WXV EACH 401033Range 0 – 5 401034Range 6 – 50 401035Range 51 – 100 4001AN50" LCD DisplaySN-4620-1080/V EACH 401036Range 0 – 5 401037Range 6 – 50 401038Range 51 – 100 4002Cables 4002AA25ft VGA Cables Monitor Replacement Cable M/M8-1717M-025 EACH 400201Range 0 – 5 400202Range 6 – 50 400203Range 51 – 100 4002AB6ft VGA Cables Monitor Replacement Cable M/M8-1717M-006 EACH 400204Range 0 – 5 400205Range 6 – 50 400206Range 51 – 100 4002ACdb9 Female Solder on Connectors1-DB09FSC EACH 400207Range 0 – 5 400208Range 6 – 50 400209Range 51– 100 4002ADdb9/hd 15 Metalized Plastic2-DB09MPH EACH 400210Range 0 – 5 400211Range 6 – 50 400212Range 51 – 100 4002AE7 ft CAT6 Patch Cables8-8050BK-007 EACH 400213Range 0 – 5 400214Range 6 – 50 400215Range 51 – 100 4002AFVGA "Y" Splitter Cable w/ One Foot Legs8-1717-Y-001 EACH 400216Range 0 – 5 400217Range 6 – 50 400218Range 51 – 100 4002AG1 FT Serial "Y" Splitter Cable - DB9 F/2M8-1802Y-001 EACH 400219Range 0 – 5 400220Range 6 – 50 400221Range 51 – 100 40026H32" Screen Enclosure Portrait Display (Includes (2) monitor swing arms)Infrastructure-32 EACH 400222Range 0 – 5 400223Range 6 – 50 400224Range 51 – 100 40022546" Screen Enclosure Portrait Display (Includes (2) monitor swing arms) 400226Range 0 – 5 400227Range 6 – 50 400228Range 51 – 100 4003Other Direct Cost NTE $3,000.00 4004Installation/Shipping Cost ----------------------------------------------------------------------------------------------- PAST PERFORMANCE QUESTIONNAIRE Your assistance is requested in support of a source selection. Please complete this Questionnaire and email to Theresa.Booker.ctr@whs.mil and David.Price@whs.mil or send by facsimile [FAX (703) 696-4164] by 8 May 2008 When complete, the information on this form is SOURCE SELECTION INFORMATION (41 U.S.C. 423) and shall be protected accordingly. TO BE COMPLETED BY OFFEROR 1. A. CONTRACTOR NAME & ADDRESS:2. CONTRACT/SUBCONTRACT NO.: 3. CONTRACT/SUBCONTRACT INITIATION DATE: 4. COMPLETION DATE: 1.B. NAME OF PRIME OFFEROR, if this questionnaire is for a team member: 5. CONTRACT/SUBCONTRACT VALUE (with options): $ 6. TYPE OF CONTRACT (Fixed Price, GMP, FPI, etc.): 7. PROJECT TITLE, LOCATION, AND DESCRIPTION (INCLUDING TOTAL CONSTRUCTION VALUE): Please add a continuation page if additional space is necessary. TO BE COMPLETED BY EVALUATING ORGANIZATION REPRESENTATIVE 8. EVALUATION: a. EVALUATOR'S NAME, POSITION (Project Manager/ COR/ Other) AND ORGANIZATION: b. EVALUATOR'S PHONE NUMBER:c. MONTHS PERFORMANCE MONITORED BY EVALUATOR: 9. Please circle the response code for each topic (A – F) that best reflects your experience with this contractor. O = Outstanding E = ExcellentA = Acceptable M = MarginalU = Unacceptable N/O = Not Observed A. Quality of Products and Services - Assess the contractor’s conformance to contract requirements, specifications, and standards of good workmanship. OEAMUN/O B. Schedule – Assess the timeliness of contractor against the schedule of activities. OEAMUN/O C. Performance Requirements – Assess the contractor’s ability to fulfill the performance requirements of the contract. OEAMUN/O D. Resource Management – Assess the contractor’s ability to provide resources for the contract. OEAMUN/O E. Customer Satisfaction – Assess the contractor’s responsiveness to customer concerns and “user friendliness”. OEAMUN/O F. Overall Performance Assessment OEAMUN/O ----------------------------------------------------------------------------------------------------- EVALUATION FACTORS FOR AWARD 1. The Government will consider a Quotation to be acceptable (pass/fail) when the quoter unconditionally accepts the terms and conditions of the Request for Quote (RFQ), all proposed equipment meets or exceeds the minimum specifications/requirements, and submits all required information specified in the RFQ by the established closing date/time for receipt of quotes. 2. The Government will award the Blanket Purchase Agreement (BPA) to the quoter submitting an acceptable quotation that represents the best overall value to the Government on the basis of the following factors Factor 1: Technical Approach Factor 2: Past Performance Factor 3: Price (including all Contract Line Item Numbers (CLINs)/option years) Note: Factors 1, and 2 are of equal and slightly more importance than Facor 3. 3. Technical Approach: The Government will evaluate the extent that the proposed approach is sound, logical, realistic, and is executable; the extent that the proposed PWS meets the requirements of the Statement of Work (SOW); the extent of potential risks have been mitigated; and, the extent of the Government’s level of confidence for successful performance. 4. Past Performance: a.The Government will evaluate the extent of the quoter satisfied its customers and complied with federal, state, and local laws and regulations during the past three (3) years (since 29 May 2005). With regard to past performance, the term “quoter” includes the prime contractor, 1st tier subcontractors and/or teammates. The Government will evaluate the extent that subcontractors and/or teammates have played in contributing toward the quoters past performance. b.Past performance will be evaluated as a measure of the Government’s confidence in the quoter’s ability to successfully perform work based on the demonstrated quality of relevant and recent performance. In evaluating Past Performance evaluators will assess the: (1) Quality of Products and Services: Assess the contractor’s conformance to contract requirements, specifications, and standards of good workmanship. (2) Schedule: Timeliness of the schedule of tasks (3) Performance Requirements: Ability to fulfill performance requirements of the contract (4) Resource Management: Assess the contractor’s ability to provide resources for the contract (5) Customer Satisfaction: Responsiveness to customer concerns and “user friendliness” 5. Price: The Government will evaluate price reasonableness using price analysis techniques in FAR 15.4. The evaluated price will add the five (5) years.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=540ead2724f3beb7e89ca839f77e8994&tab=core&_cview=1)
 
Place of Performance
Address: Pentagon Reservation, Washington, District of Columbia, 22201, United States
Zip Code: 22201
 
Record
SN01572916-W 20080516/080514220147-540ead2724f3beb7e89ca839f77e8994 (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.