Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

70 -- Non Linear Editing System

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
BLM Branch of Acquisitions/ OC-663, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0010032070
 
Response Due
8/19/2010
 
Archive Date
2/15/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 0010032070 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 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 2010-08-19 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be PHOENIX, AZ 85051 The DOI BLM National Centers Region requires the following items, Meet or Exceed, to the following: LI 001, Editing System Hardware and Software - Three Main Edit Suites (SEE ATTACHED STATEMENT OF WORK), 3, EA; LI 002, Editing System Hardware and Software Detached Workstations (SEE ATTACHED STATEMENT OF WORK), 5, EA; LI 003, Shared Storage System (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 004, Editing System Hardware and Software Detached Workstations (additional) (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 005, Additional On-Site Staff Training Sessions 1 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 006, Additional On-Site Staff Training Session 1/2 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 007, 2nd Year: Editing System Hardware and Software Detached Workstations (additional) (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 008, 2nd Year: On-Site Staff Training Sessions 1 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 009, 2nd Year: On-Site Staff Training Session 1/2 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 010, 2nd Year: Service Contract Support including all software upgrades - Main Edit Suites (SEE ATTACHED STATEMENT OF WORK), 3, LOT; LI 011, 2nd Year: Service Contract Support including all software upgrades - Detached Workstations (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 012, 2nd Year: Service Contract Support including all software upgrades - Storage System (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 013, 3rd Year: Editing System Hardware and Software Detached Workstations (additional) (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 014, 3rd Year:On-Site Staff Training Sessions 1 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 015, 3rd Year: On-Site Staff Training Session 1/2 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 016, 3rd Year: Service Contract Support including all software upgrades - Main Edit Suites (SEE ATTACHED STATEMENT OF WORK), 3, LOT; LI 017, 3rd Year: Service Contract Support including all software upgrades - Detached Workstations (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 018, 3rd Year: Service Contract Support including all software upgrades - Storage System (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 019, 4th Year: Editing System Hardware and Software Detached Workstations (additional) (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 020, 4th Year: On-Site Staff Training Sessions 1 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 021, 4th Year: On-Site Staff Training Session 1/2 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 022, 4th Year: Service Contract Support including all software upgrades - Main Edit Suites (SEE ATTACHED STATEMENT OF WORK), 3, LOT; LI 023, 4th Year: Service Contract Support including all software upgrades - Detached Workstations (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 024, 4th Year: Service Contract Support including all software upgrades - Storage System (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 025, 5th Year: Editing System Hardware and Software Detached Workstations (additional) (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 026, 5th Year: On-Site Staff Training Sessions 1 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 027, 5th Year: On-Site Staff Training Session 1/2 day (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 028, 5th Year: Service Contract Support including all software upgrades - Main Edit Suites (SEE ATTACHED STATEMENT OF WORK), 3, LOT; LI 029, 5th Year: Service Contract Support including all software upgrades - Detached Workstations (SEE ATTACHED STATEMENT OF WORK), 1, LOT; LI 030, 5th Year: Service Contract Support including all software upgrades - Storage System (SEE ATTACHED STATEMENT OF WORK), 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI BLM National Centers Region 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. DOI BLM National Centers Region 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In addition to providing pricing per all contract line items (CLINs) via FedBid, offerors under this contract shall submit for consideration the following to FedBid with their bids and prior to the buy closing: 1.A complete list of all equipment to meet the performance requirements of all contract line items. This shall be provided by manufacturer and model number. A detailed specification sheet on each item shall be provided as well as any website references which will provide details on the specifications and performance of the item. 2.A complete list of all software to meet the performance requirements of all contract line items. This shall be provided by manufacturer and software release number. 3.Offerors shall briefly provide information in writing concerning any hardware, software, or system performance functions of the system being proposed which deviates substantially from the performance specifications detailed in the governments equipment and system performance specifications as detailed herein. 4.A basic wiring diagram which details in a functional manner the interconnectivity of components between the three (3) main edit suite systems, the detached workstations, and the shared storage system. This diagram shall detail signal flow directions for all types of signal lines including, but not limited to, video, audio, fiberchannel, network and control signals. 5.Specifics which demonstrate the offerors ability to provide on-going system support as detailed herein. 6.On a manufacturer by manufacturer basis offerors may provided a detailed demonstration of their proposed hardware and software system solution in person at the BLM National Training Center (NTC), 9828 N. 31st Avenue, Phoenix, Arizona 85015. These demonstrations shall be scheduled in advance by the government. The point of contact for scheduling a system performance demonstration shall be Chip Calamaio 602-906-5562 or Terry Lotus 602-906-5541. 7.Only one (1) demonstration shall be scheduled for the product line of each manufacturer by a dealer or manufacturers representative. Multiple demonstrations of basically the same product by different manufacturers representatives or dealers will not be scheduled by the government. 8.All associated costs, including travel, for any system demonstrations at NTC shall be the responsibility of the offerors. The government will not reimburse or pay for any costs associated with system demonstrations by offerers to this procurement. All questions MUST be submitted to FedBid by 08/10/2010 by 2:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/0010032070/listing.html)
 
Place of Performance
Address: PHOENIX, AZ 85051
Zip Code: 85051-2517
 
Record
SN02244822-W 20100820/100818234903-b4a91417949b9bccc78044018eb88c65 (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.