Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

58 -- TEMPEST Video Teleconferencing Units

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
SAQMMA09Q0107
 
Response Due
8/14/2009
 
Archive Date
2/10/2010
 
Point of Contact
Name: Steven Haines, Title: Logistics Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
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 SAQMMA09Q0107 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 334119 with a small business size standard of 1,000.00 employees. 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 2009-08-14 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20520 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, TEMPEST TANDBERG VTC. Including: Tandberg Edge 95 High Definition CODEC; Natural Presenter Package (NPP); 24 Widescreen LCD Display; 1920 x 1080; 2ms access; 40,000:1 Contrast; Tandberg Precision HD Camera; 100MB Fiber Ethernet SC Connection; IP Data Rate of up to 2Mbps; Table Microphone; 110 / 220 VAC Auto. P/N: DTD-E24T. Product shall meet NSA, NSTISSAM/TEMPEST 1-92, Level I TEMPEST requirements. See full TEMPEST and other bidding requirements below., 5, EA; LI 002, TEMPEST Tandberg 1700 VTC. Based on the Tandberg 1700MXP Codec; 20 LCD 16:9 Aspect Ratio; Compact Tandberg High Definition Camera; H.261, H.263, H.264; Video Formats: NTSC/PAL; IP Speeds up to 2MB Ipv6; 100MB Fiber SC Connection (Optional Second Fiber PC Port); 15 Pin Computer VGA input. P/N: DTD-MXP-1700T. Product shall meet NSA, NSTISSAM/TEMPEST 1-92, Level I TEMPEST requirements. See full TEMPEST and other bidding requirements below., 8, 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. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. Quote MUST be good for ninety (90) days after Reverse Auction closing date. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. 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 selected Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. In addition to completion through https://orca.bpn.gov, certification Section J (Place of Manufacture), MUST BE SUBMITTED BY EMAIL to hainessg@state.gov upon bid submission. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (a) The Department of States Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712.(b) The Department of States Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712.(End of provision) (a) Definitions. As used in this provision:"Foreign person" means any person other than a United States person as defined below."United States person" means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended.(b) Certification. By submitting this offer, the offeror certifies that it is not:(1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or,(2) Discriminating in the award of subcontracts on the basis of religion.(End of provision) The contractor must have a current SECRET facility clearance with SECRET safeguarding issued by Defense Security Service in accordance with the National Industrial Security Program Operating Manual (NISPOM).Contractor personnel assigned to this contract shall possess SECRET personnel security clearances issued by Defense Security Service (DSS) prior to contract performance. The attached DD Form 254 is being issued to authorize the transmission of CONFIDENTIAL or SECRET test reports to the Department of State for review and to authorize the receipt of a classified reference document from the Department.CLASSIFIED test reports for this effort should be sent via FedEx to the Department of State, DS/CMP/ECB, 1400 Wilson Blvd, Suite 6014, Arlington, VA 22209, ATTENTION: Brad Harris, (703) 312-3998. Contact with Mr. Harris should be made prior to mailing of report(s).Should a classified visit be required, visit authorization requests are to be sent to Department of State (DoS), DS/IS/IND, Washington D.C. 20520, via facsimile at 571-345-3000. JCAVS Person Summary must be attached to all visit authorization requests.All material generated by the contractor shall be derivatively classified in accordance with the Source Documents provided by DOS. The contractor shall not declassify or sanitize any classified information received or generated in connection with performance of this contract without the prior approval of DS/IS/IND.Classified information cannot be generated or processed on Information Systems (IS), including standalone computers, without DSS approval, in accordance with Chapter 8 of the NISPOM. DS/IS/IND must receive a copy, of the approval for AIS systems which are the only systems which can be utilized to generate any classified reports for this effort.(End of provision) See full attachment 002 on www.fedbid.com for Bid Sample and Testing submission requirements, in addition to other TEMPEST requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA09Q0107/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01901025-W 20090807/090806002530-22b70ef947a56f9a4fea1f18e12c2632 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.