Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2008 FBO #2485
SOLICITATION NOTICE

70 -- Video Tele-conference (VTC) Equipment

Notice Date
9/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-08-T-0013
 
Response Due
9/19/2008
 
Archive Date
11/18/2008
 
Point of Contact
Marie Tornai, 719-554-8446<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 solicitation is issued as Request for Quote (RFQ) Number W91260-06-T-0013 is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. Standard Industrial Classification number is 3363. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: Video Tele-Conference (VTC) equipment/components for U.S. Army SMDC/ARSTRAT DC-O. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0072. Offerors shall structure their proposal to include a price for: Equipment 0001 Adtran Blank Panel, Model 1200202L2 QTY: 1 EA 0002 Adtran ISU-512-ST, Model 1202086L3 QTY: 1 EA 0003 Adtran Rackmount for ISU-512, Model 1200202L1 QTY: 1 EA 0004 APC, Back-UPS ES, Model BE350R QTY: 1 EA 0005 Avocent SwitchView Secure KVM Switch, Model SC4UAD-001 QTY: 1 EA 0006 Avocent, Female DVI-I to Male VGA Adapter, Model VAD-28 QTY: 2 EA 0007 Avocent, Male DVI-I to Female VGA Adapter, Model VAD-27 QTY: 2 EA 0008 - Black Box, CAT5e Shielded Modular Plug, Pkg 10, Part Number FMTP5ES- 10PAK QTY: 1 EA 0009 - BTX, 3.5mm (M-M) Stereo Cable 3, Part Number YA-J8973 QTY: 2 EA 0010 - BTX, VGA-M & 3.5mm Stereo Cable, 50, Part Number YD-VGAA50 QTY: 2EA 0011 CIS Secure Systems, KIV-7 Black I/O Cable, 2, Model DTD-CA7B-02 QTY: 1 EA 0012 CIS Secure Systems, KIV-7 Red I/O Cable, 2, Model DTD-CA7B-01 QTY: 1 EA 0013 CIS Secure Systems, Polycom Y RS530/RS366 Cable, 5, Model DTD-CAPC-01 QTY: 1 EA 0014 CIS Secure Systems, RS366 Cable, 2, Model DTD-CADI-00 QTY:1 EA 0015 CIS Secure Systems, RS530 Cable, 2, Model DTD-CAMF-11 QTY 1 EA 0016 CIS Secure Systems, Security Switch with Dial Isolator, Model DTD-530S-DI QTY: 1 EA 0017 Criticom, Dual Slot, KIV-7 Rackmount, Model CC-3014-TR QTY: 1 EA 0018 Extron Handheld IR Remote, Model IR 402, Part Number 70-207-01 QTY: 1 EA 0019 Extron MediaLink Controller, Model MLC 226 IP-L, Part Number 60-600-32, QTY: 1 EA 0020 Extron MediaLink Controller Rack Mount, Model UCM RAAP, Part Number 70-344-02, QTY: 1 EA 0021 Extron RSU129 Rackmount, Model 60-190-01 QTY: 1 EA 0022 - Extron, IR Sensor, Model IR Sensor, P/N 70-223-01 QTY: 2 EA 0023 - Extron, CFG Cable, Model CFG Cable, P/N 70-335-01 QTY: 1 EA 0024 - Extron, IR Signal Repeater, Model IRL 20, P/ N 60-580-01 QTY: 2 EA 0025 - Extron, Media Presentation Matrix Switcher, Model MPX 423-A, Part Number 60-683-01 QTY: 1 EA 0026 - Extron, Nine-Button Adapter Plate, Black, Model CM-9BLB, P/Number 70-494-02 QTY: 2 EA 0027 FiberPlex, Power Supply, Model PSQ-3910 QTY: 1 EA 0028 - FiberPlex, Telephone Disconnect Unit, Model TDU-4000R QTY: 1 EA 0029 Liberty Cable, 2 Gang, Cable Access, P/N PC-G2900-EPC QTY: 1 EA 0030 Liberty cable, Dual RCA (M-M) Cable 3, P/N Z100A3FT QTY: 3 EA 0031 Liberty Cable, Mini VGA-M Cable, 3, P/N E-MVGAM-M-3 QTY: 1 EA 0032 - Liberty Cable, RCA Jack BNC Plug Adapter, P/N 32-3109BU QTY: 5 EA 0033 - Liberty Cable, Single Gang Grommet Plate, P/N PC-G1960-EPC QTY: 2 EA 0034 - Liberty Cable, Universal Control Cable, 200, P/N LLINX-U QTY: 1 EA 0035 Liberty Cable, USB (A-B) Cable, 3, P/N E-USBAB-3 QTY: 3 EA 0036 Liberty Cable, VGA-M & 3.5mm Stereo Cable, 12, P/N E-MVGAMAM-M-12 QTY: 1 EA 0037 Liberty Cable, RCA Component Cable, P/N Z100CV3FT QTY: 1 EA 0038 Middle Atlantic Blank Panel, 1RU, Model SB1 QTY: 2 EA 0039 Middle Atlantic, 14RU Black Wooden Rack, Model RK14 QTY: 1 EA 0040 - Middle Atlantic, 14RU Rear Rack Rail Option, Model RK-RR14 QTY: 1 EA 0041 - Middle Atlantic, 2RU Black Wooden Rack, Model RK2 QTY: 1 EA 0042 Middle Atlantic, 8-Outlet Slim Line Power Strip, P/N PD-815SC-NS QTY: 1 EA 0043 Newark, 5VDC External Power Supply, P/N 95B1456 QTY: 3 EA 0044 Newark, DB9 Connector Hood, Metal, P/N 73K2964 QTY: 8 EA 0045 - Newark, DB9M Crimp Connector, P/N 93F8872 QTY 8 EA 0046 Newark, NEMA 5-15P Plug, P/N 35B775 QTY: 12 EA 0047 P.I. Engineering USB Extender, P/N XK-280-XTN QTY: 2 EA 0048 Panel Crafters Custom Wall Plate, RJ11, P/N PAFBC-CQ68048-1 QTY: 2 EA 0049 Panel Crafters Custom Wall Plate, 2-RJ45, 1-Shielded RJ45 VGA, 3.5mm Jack, P/N PAFBC-CQ68048-5 QTY: 1 EA 0050 Panasonic DMR-EZ48VK DVD Recorder, VCR, Digital Tuner, Model DMR-EZ48VK QTY: 1 EA 0051 Polycom Power Supply for Eagle Eye Camera, P/N 1465-52621-036 QTY: 1 EA 0052 Polycom HDX 9004 XL HD Package, P/N 2200-23500-001 QTY: 1 EA 0053 Polycom, DVI to VGA Cable, 4.5, P/N 2457-25182-001 QTY: 2 EA 0054 Polycom Eagle Eye Camera Cable, 50, P/N 7230-25659-015 QTY: 1 EA 0055 Polycom, HDX Eagle Eye HD Camera, 3m Cable, P/N 8200-23600-001 QTY- 1 EA 0056 Polycom, HDX Microphone Adapter Cable, 18, P/N 2457-23716-001 QTY: 1 EA 0057 Polycom, HDX Microphone Array, with 25 Cable, P/N 2457-23716-001 QTY: 1 EA 0058 Polycom, HDX Microphone Cable, 15, P/N 2457-23215-001 QTY: 1 EA 0059 Polycom, Serial Network Module for HDX 9000, P/N 2215-23366-001, QTY: 1 EA 0060 Premier Mounts, Universal Wall Mount, Model UFM QTY: 1 EA 0061 Pulizzi Power Cable, Model 010-9334 QTY: 1 EA 0062 Pulizzi Cable Restraint, Model KIT-CABLRES-01 QTY: 1 EA 0063 Pulizzi Power Controller, Model IPC3402 QTY: 1 EA 0064 Sharp, 52 LCD Television, Model LC-52D64U QTY: 1 EA 0065 Stonewall Cable, Custom Polycom Mic Ext. Cable Shielded RJ45-RJ45, P/N EQ-16542.0 QTY: 1 EA 0066 SurgeX Power Conditioner, Model SA82 QTY: 1 EA 0067 SurgeX Power Conditioner, Model SX1115 QTY: 1 EA 0068 Vaddio Camera Mount for Polycom Eagle Eye Camera, P/N 535-2000-221 QTY: 1 EA 0069 Radio Design Labs, Audio Divider/Combiner, Model STD-10K, QTY: 2 EA 0070 Winsted, Swivel Casters and Braces, Model E4893 QTY: 1 EA Installation Labor 0071 Certified Technology Specialist (CTS) Certifier Systems Installer, Install-ESI, (Additional Info: Installer to augment Governments lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation.) QTY: 40 hours 0072 Certified Technology Specialist (CTS-I) Certified AV Systems Engineer/Certified Extron MediaLink Installer, Engineer-ESI (Additional Information: Installer to augment Governments lead VTC/AV Systems Engineer. Contractor to provide own tools and equipment.) QTY: 12 hours Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) business days after receipt of Purchase Order, which presumes contract award. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, SMDC-DC-O, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 30 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 19 September 2008. Award is anticipated no later than 24 September 2008. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Product Design, Configuration, Technical and Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or exceed required delivery date for all items described in CLINs 0001 - 0070 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 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 Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 1:00 PM (Mountain Time) on 19 September 2008. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446, fax (719) 554-8442 or at e-mail marie.tornai@smdc-cs.army.mil. See Numbered Notes: 01
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a263810934f5e58f9675f15afc1d59d&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01669997-W 20080915/080913214241-9a263810934f5e58f9675f15afc1d59d (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.