Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
MODIFICATION

58 -- Purchase, Installation and Configuration of 9th Floor VTC Equipment

Notice Date
4/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, Department of Defense Education Activity, DoDEA Headquarters Procurement Branch, 4040 North Fairfax Drive, Arlington, Virginia, 22203-1635
 
ZIP Code
22203-1635
 
Solicitation Number
HE125420100750055
 
Archive Date
5/1/2010
 
Point of Contact
Summerlin S Walker, Phone: 703-588-3622, Summerlin S Walker, Phone: 703-588-3622
 
E-Mail Address
summerlin.walker@hq.dodea.edu, summerlin.walker@hq.dodea.edu
(summerlin.walker@hq.dodea.edu, summerlin.walker@hq.dodea.edu)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-34, effective 1 July 2009. All responsible sources may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. Description: The contractor shall provide all necessary equipment, personnel, parts, services, and supplies required to install and configure the VTC requirements provided in this Request for Quote for the Department of Defense Education Activity. Request brand name or equal. If providing an or equal item, the quote must state the items are an or equal and the prospective offeror has the responsibility to ensure that any or equal items proposed are bonafide or equal to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their or equal offer. The contractor shall install, and configure a VTC system that will provide the functionality described below. The installation and configuration will also include training to support this system post installation: • Provide IP based VTC connectivity. • Single controllable camera. • Dual display screens. • Rolling cart or floor stand mounted configuration. • VTC hardware must be configured to comply with DoD security standards. • 3 years hardware maintenance support. • Provide complete documentation of hardware configuration, wiring configuration, and testing procedures and testing results of installed hardware. • Provide system operation documentation, user guides for installed system in Microsoft Word formatted document(s). In addition, the salient characteristics for this requirement are as follows: Polycom EagleEye TM camera, cables, table top microphone array, and remote control, Dual 50" 1080p plasma displays, Pedestal mount with integrated speakers Measurements, Weights and Electrical: • Dual Display Unit - 62" x 99" x 23" (H/W/D), 278.5 lbs, 11.5A, Screen Specifications: 16:9 aspect ratio, 1920 x 1080 pixels and Contrast: 5,000:1. Items and quantities required are: Polycom HDX Executive Collection: HDX 90041P, dual1080p 50" plasma displays, floor stand, EagleEye camera, 2-HDX mic arrays, content sharing, PPCIP, 8M LR, 8W MP, People On Content, 120v/270w sound sys, Eng Remote, Part # 7200-23560-001 -Qty 1 Each Caster kit for packaged solutions: VSX & HDX Exec Collection Stands Polycom Part # 2675-52709-001 -Qty 1 Guaranteed Installation and functionality for 1 year with a minimum of 3 years warranty support. Along with training to DoDEA support personnel on hardware configuration, administration and operation. Location: DoDEA Headquarters, 4040 North Fairfax Drive, Arlington Virginia, 9th Floor Media Center Conference Room Start Date and Schedule: The contractor shall have components installed, configured and available for service within 60 days of contract award. DoDEA will select the contractor with the best value to the government based on the following criteria: a) Technical review of vendors proposed solution. b) Price of the proposed solution. c) Proven track record of VTC installation and configuration based on customer references. (Include a minimum of 3 references and no more than 5 references with contact information for similar projects). Commercial Warranty applies: Please identify any additional warranty information GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) If a site visit is requested you must schedule in advance with Mr. Paul Teague, Chief, HQ IT Infrastructure Operations: (703) 588-3407 The following provisions and Clauses are applicable but are not all inclusive: a. 52.211-6 Brand name or Equal b. 52.212-1 Instructions to Offerors - Commercial c. 52.212-2 Evaluation - Commercial Items (a)-evaluation will be based on lowest price technically acceptable d. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ e. 52.212-4 Contract Terms and Conditions - Commercial Items f. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited within 52.212-5 are applicable to this acquisition: (b) 1, 8(ii), 17, 18, 19, 20, 31, 34, 39 g. 52.247-34 F.O.B. Destination h. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR clauses cited within 252.212-7001 are applicable to this acquisition: a, b(5), b(18) i. 252.232-7003 Electronic Submission of Payment Requests j. 252.246-7000 Material Inspection and Receiving Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DoDEA/ArlingtonVA/HE125420100750055/listing.html)
 
Place of Performance
Address: DoDEA Headquarters, 4040 North Fairfax Drive, Arlington Virginia, 9th Floor Media Center Conference Room, Arlington, Virginia, 22203, United States
Zip Code: 22203
 
Record
SN02120306-W 20100415/100413234908-288fe1479c2db14626e00c24a2b0f8ce (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.