Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

N -- AV Equipment

Notice Date
5/4/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft Meyer Dr SA-6, Room 500, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
05042009
 
Response Due
5/6/2009 11:59:00 PM
 
Archive Date
11/2/2009
 
Point of Contact
Name: Kathy Beck, Title: Contract Specialist, Phone: 7038754227, Fax: 7038757370
 
E-Mail Address
beckkb@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 05042009 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 811212 with a small business size standard of $23M. 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 2009-05-06 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Design, Conference Room A (see attached SOW and Exhibit). contractor shall design and install a video conferencing system on dates/times determined by the customer that fulfills the following general requirements:a.Integrate existing Analog telephone system for audio conferencing.b.Include a pan/tilt/zoom camera that can be controlled by a minimum of one wireless color touch panel display control unit.c.Include microphones that maintain professional appearance and satisfy security concerns (e.g. encryption capabilities utilizing wireless solution).d.Include high-resolution monitor to display video conference and connect with a variety of audio/visual equipment to enable interactive presentations.e.Include a rack-mounted DVD/VCR combo unit with DVD record and HD tuner capability that can be controlled by a minimum of one wireless color touch panel display control unit.f.Provide audio speakers in Conference Room maintaining a professional appearance.g.Provide a wireless color touch panel display control unit and integrate with all video conferencing and other audio visual equipment., 1, EA; LI 002, Installation, Conference Room A (see attached SOW and Exhibit. The contractor shall install the equipment that meets the following specifications: a.Video conference Codec Specification: The codec shall be Tanberg 3000 MXP or Tanberg Edge 95 MXP, with H.239 NPP software, high bandwidth option, and rack-mounted VGA switcher which are products approved and authorized for use on State Department networks. It shall connect to an IP and ISDN PRI system to support a mixed network multiple site conferences. Bandwidth capability shall be a minimum of 2 Mbps for IP and 512 kbps ISDN. It shall integrate with a wireless color touch panel display control unit and have the ability to add PC audio and XGA content. It shall also have the ability to incorporate PC presentations.b.Camera System Specifications: The camera shall have an NTSC video output and pan/tilt/zoom capability. The camera shall be compact and be wall mountable. It shall provide a wide-angle view and minimum of 40x zoom ratio. It shall have a minimum of six position presets, an auto sleep function, and the ability to integrate features in with the wireless color external touch panel screen control system.c.Monitor Specifications: The conference room monitor system shall be a minimum of 60 and slim in size. Monitor shall be mounted on wall and pulled out when in use. Resolution of video shall be a minimum of 1280 x 768. The monitor shall have the ability to perform interactive presentations. At a minimum, the monitor shall have inputs for two computer systems, cable TV, a VHS/DVD player, a video conferencing system, and audio speakers. It shall have the capability of integrating with a wireless color external touch panel screen control system.d.The configuration shall also include a rack-mounted DVD/VCR combo unit with DVD record and HD tuner capability. This unit shall also integrate with the wireless color external touch panel screen control system.e.Architectural Elements Bundle: The configuration shall also include 12' of floor inlay for extended cabling supporting: 120V AC, audio, PC and non-PC video; interconnected with table-top multimedia surface access with custom AV I/O configuration., 1, EA; LI 003, Integration, Conference Room A (see attached SOW and Exhibit): The contractor shall connect and/or integrate all components of the video conferencing system, via the architectural elements bundle, with conference room furniture purchased separately by the customer. The contractor shall provide all materials essential to making the system operational. Materials include operating manuals, installation manuals, drawings, wiring diagrams, source code, and any other pertinent documentation relative to video conferencing system., 1, EA; LI 004, Design, Conference Room B (see attached SOW and Exhibit).The contractor shall design and install audio visual equipment on dates/times determined by the customer that fulfills the following general requirements: a.Include high-resolution monitor to display and connect with a variety of audio/visual equipment.b.Include a rack-mounted DVD/VCR combo unit with DVD record and HD tuner capability that can be controlled by a minimum of one wireless color touch panel display control unit.c.Provide audio speakers in Conference Room maintaining a professional appearance.d.Provide a wireless color touch panel display control unit and integrate with all audio visual equipment., 1, EA; LI 005, Installation, Conference Room B (see attached SOW and Exhibit).The contractor shall install the equipment that meets the following specifications: a.Monitor Specifications: The conference room monitor system shall be a minimum of 60 and slim in size. Monitor shall be mounted on wall and pulled out when in use. Resolution of video shall be a minimum of 1280 x 768. The monitor shall have the ability to perform interactive presentations. At a minimum, the monitor shall have inputs for two computer systems, cable TV, a VHS/DVD player, a video conferencing system, and audio speakers. It shall have the capability of integrating with a wireless color external touch panel screen control system.b.The configuration shall also include a rack-mounted DVD/VCR combo unit with DVD record and HD tuner capability. This unit shall also integrate with the wireless color external touch panel screen control system.c.Architectural Elements Bundle: The configuration shall also include 12' of floor inlay for extended cabling supporting: 120V AC, audio, PC and non-PC video; table-top multimedia surface with custom AV I/O configuration., 1, EA; LI 006, Integration, Conference Room B (see attached SOW and Exhibit).The contractor shall connect and/or integrate all components of the video conferencing system, via the architectural elements bundle, with conference room furniture purchased separately by the customer. The contractor shall provide all materials essential to making the system operational. Materials include operating manuals, installation manuals, drawings, wiring diagrams, source code, and any other pertinent documentation relative to video conferencing system., 1, EA; LI 007, Training. The contractor shall provide a training class to a minimum of two (2) government employees. Date of training will be determined by the customer. In addition, the contractor shall provide technical and installation consultation support as required to bring the video conferencing system to a fully functional status., 1, EA; LI 008, Warranty. The contractor shall guarantee all contractor provided equipment and installation workmanship for a period of one year from the date of acceptance. The contractor shall repair, replace and correct defects occurring during the warranty period without cost, including labor, to the government. This one year warranty shall be in addition to any other warranties, which may result from standard commercial warranties available from the manufacturers., 1, EA; LI 009, Shipping. The contractor will deliver and install all equipment for both conference rooms within 60 days after contract award to 2401 E St. NW, SA-1, L308 and L505, Washington, DC 20522. All equipment shall be newly manufactured. The contractor shall leave the work areas in a clean condition at the end of each days work, and before government acceptance, the contractor shall clean the facilities removing all debris left by the contractor., 1, EA; For this solicitation, Department of State 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. Department of State 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. 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. The contractor will deliver and install all equipment for both conference rooms within 60 days after contract award to 2401 E St. NW, SA-1, L308 and L505, Washington, DC 20522. All equipment shall be newly manufactured. The contractor shall leave the work areas in a clean condition at the end of each days work, and before government acceptance, the contractor shall clean the facilities removing all debris left by the contractor. 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. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Government will make award to the responsible contractor whose offer conforms to the requirements of the performance work statement and is evaluated as being the most advantageous to the Government, cost or price and other factors considered. These criteria are listed in order of importance, with the first criteria being the most important.1.Design/Technical approach and demonstrated understanding of the tasks2.Demonstrated ability to provide all of the required equipment3.Past performance of similar projects4.Ability to deliver and install equipment within 60 days of the award5.Ability to provide requisite training on the equipment as set forth in SOW6.Overall price to the Government Contractors responding to this SOW must demonstrate successful completion of similar or related projects with the federal government by providing references of at least three federal government customers completed within the last four years. Projects currently in progress will also be considered. 1.The contractor shall coordinate with the government to schedule installation times and to access the installation areas. Contractor personnel will be escorted while on site.2.The contractor shall test the components installed based on the description of product and demonstrate to the government their complete functionality.3.The contractor shall provide a training class to a minimum of two (2) government employees. Date of training will be determined by the customer. In addition, the contractor shall provide technical and installation consultation support as required to bring the video conferencing system to a fully functional status.4.The contractor shall guarantee all contractor provided equipment and installation workmanship for a period of one year from the date of acceptance. The contractor shall repair, replace and correct defects occurring during the warranty period without cost, including labor, to the government. This one year warranty shall be in addition to any other warranties, which may result from standard commercial warranties available from the manufacturers.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4355cc3ab227be6ff930eddc4117cb15&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01808167-W 20090506/090504220304-4355cc3ab227be6ff930eddc4117cb15 (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.