Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

58 -- Video Conferencing System

Notice Date
8/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AZ8176B007
 
Archive Date
8/20/2008
 
Point of Contact
Aimee L Buckless,, Phone: 661-277-9519, Glenda O Downing,, Phone: 661-277-7708
 
E-Mail Address
aimee.buckless@edwards.af.mil, glenda.downing@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Solicitation number is F1S0AZ8176B007. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARs Change Notice (DCN) 20080513. Standard Industrial Classification (SIC) code is 3651. NAICS is 334220 and the size standard is 750 employees. This acquisition is a 100% small business set aside. AFFTC/PKEE, Edwards Air Force Base, CA is seeking the purchase the following items (brand name or equal): Line 1: (QTY: 2) Polycom 7200-22700-001 VSX 7800s System (System to include: Sound Station VTX 1000; Visual Concert; People + Content IP; and 4 way MP Plus) (Clause 252.211-7003, Unique Identification, applies to this Line Item). Line 2: (QTY: 1) Polycom 4870-00071-336 3 Year Premier Warranty Line 3: (QTY: 4) Polycom 2215-23775-001 VSX Ceiling Microphone Array (Includes: Microphone Array with 2'/60cm drop cable, VSX Electronics Interface with Mounting Hardware, Wall Plate with 10'/3m cable, 30'/9m & 50'/15m plenum cables) Line 4: (QTY: 1) Polycom 4870-00042-360 3 Year Premier Warranty for VTX 1000 Line 5: (QTY: 4) Polycom 2457-20910-231 VSX Conference link cable 30' Line 6: (QTY: 4) Polycom 2457-20910-251 VSX Conference link cable 50' Line 7: (QTY: 3) Polycom 2215-21903-001 VSX/VTX Integration Kit (Kit to include: 2 each VSX/VTX interconnect cables (30ft/9m, 50ft/15m), two VTX/VCVSX interconnect cables 3ft/1m, 10ft/3m) and VTX Software upgrade license. Line 8: FOB Destination, Shipping/Freight (if applicable) SPECIFICATIONS: Max Transfer Rate: 2 Mbps Digital Signaling Protocol: H.323, H.281, H.320 Data Compression Protocol: G.711, G.728, G.722, G.729.A, H.261, H.264, H.263+, H.263++, G.7221 Video Input: digital video camera Video Output: Codec board Audio Input: microphone Audio Output: speakers with subwoofer Input Device: remote control (wireless) Modem: digital Networking; network adapter - Ethernet, fast Ethernet Power: AC 120/230 V (50/60 Hz) Dimensions: 11.8 d x 9.6 h x 5.8 L, weight 6.2 lbs Analog Video Signal: RGB, S-Video, composite video (NTSC, PAL) Power Device: power supply, internal Power Consumption Operational: 80 watt Min Operating Temp: 32 degrees F Max operating Temp: 104 degrees F Humidity Range Operating: 15-80% System includes VSX 7000, sound station VTX 1000, Visual Concert VSX, People + Content IP, 4-way Mplus, English remote 3 year warranty Ceiling Microphone Array: includes microphone with 2'/60cm drop cable, VSX electronics interface with mounting hardware, wall plate with 10'/3m cable, 30'/9m & 15m plenum cables Conference Link Cable 30', 50' link cable Integration Kit: 2 interconnect cables (30', 50', 2 VCVSX interconnect cables 3' and 10', and VTX software upgrade license Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote with enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. The following provisions and clauses apply: Clause 52.211-6 Brand Name or Equal, Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: Lowest price technically acceptable offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.225-4, Buy American Act - North American Free Trade Agreement, with Alt I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.211-7003, Unique Identification; Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following AFFARS clauses apply to this acquisition: Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman; 5352.242-9000, Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, not later than August 5, 2008 at 4 pm PST. E-mail address: aimee.buckless@edwards.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c6fad54b71d50093b7b95d1c00870a80&tab=core&_cview=1)
 
Place of Performance
Address: 307 East Popson Ave, Bldg 1400, Rm 413, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01629634-W 20080803/080801223756-c6fad54b71d50093b7b95d1c00870a80 (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.