Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

D -- Codec Removal, Installation and Programming

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4707-10-Q-0025
 
Archive Date
2/16/2010
 
Point of Contact
Amanda E. Geissler, Phone: 269-961-5466
 
E-Mail Address
amanda.geissler@dla.mil
(amanda.geissler@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency Contracting Services Office-Battle Creek has a requirement for the removal of Polycom Codec, installation of Tandberg Codec and programming of Tandberg Codec. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 is issued as a Request for Quote (RFQ) SP4707-10-Q-0025. Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.O.B. are at destination, Battle Creek, Michigan. The single evaluation factor for award is lowest-price, technically acceptable. The resulting contract or order will be firm-fixed price. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Offers with quantities of less than requested or products other than those requested will be deemed technically unacceptable. If travel expenses are included in your quote, they must be in compliance with the Joint Travel Regulations. CLIN Description 0001 Room 1- Removal of Polycom Codec and Installation of Tandberg Codec 0002 Room 1 - Programming of the Tandberg Codec to the AMX Control System in Room 1 and Conformance Tested 0003 Room 2 - Removal of Polycom Codec and Installation of Tandberg Codec 0004 Room 2 - Programming of the Tandberg Codec to the AMX Control System in Room 2 and Conformance Tested 0005 Room 3 - Removal of Polycom Codec and Installation of Tandberg Codec 0006 Room 3 - Programming of the Tandberg Codec to the AMX Control System in Room 3 and Conformance Tested Note: Three rooms total require the requested services. Submit written questions regarding this acquisition to amanda.geissler@dla.mil no later than Thursday, January 28, 2010, at 4 p.m. ET. Please place "SP4707-10-Q-0025" in the subject line of your e-mail message. Questions received after Thursday, January 28, 2010, at 4 p.m. ET, WILL NOT be answered. No telephone calls will be accepted at any time. Offers are due by Monday, February 1, 2010 4 p.m. ET. Please include your Cage code with your quote. Offers may be submitted by e-mail to amanda.geissler@dla.mil or by FAX (269) 961-4226. Questions & Answers 1/28/2010 QUESTION: Can you confirm that the government has and can make available a copy of the original programming code for each room or will the contractor be required to develop new code? ANSWER: We do not have the code for the three rooms. When I spoke with the vendor who previously installed the rooms, he stated that the code within the AMX control system is not encoded and can be extracted. Also they do not have a copy of the code. If the contractor cannot extract the code they will indeed need to reprogram. QUESTION: Does each room have the exact same make and model equipment or is there variation of the equipment make and model, room to room? ANSWER: Each room has dissimilar equipment since they were assembled at different time frames. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.236-9 (Apr 1984) Contract Terms and Conditions – Commercial Items FAR 52.212-4 (Feb 2007) Contract Terms and Conditions Required to Implement Statues or Executive Orders –Commercial Items FAR 52.212-5 (June 2006) In paragraph (b) the following clauses apply: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2008) (b) (X) (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (X) (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (X) (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (X) (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (X) (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (X) (24) (i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.212.7001 (Sep 2005) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (X) 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/883e30632c1b89e37947bd14a013c5c9)
 
Place of Performance
Address: HDI Federal Center, 74 Washington Ave. N, Battle Creek, Michigan, 49037, United States
Zip Code: 49037
 
Record
SN02052509-W 20100130/100128235552-883e30632c1b89e37947bd14a013c5c9 (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.