Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

75 -- VIDEO TELECONFERENCING SUITE (see attachment)

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
F6T8CC0215AC01
 
Response Due
9/15/2010
 
Archive Date
11/14/2010
 
Point of Contact
A. Halim Toulas, 2535128825
 
E-Mail Address
USPFO for Washington
(abdul.toulas@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies 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; proposals are being requested and a written solicitation will not be issued. Reference number F6T8CC0215AC01 issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Regulation Supplement (DFARS) change notice 20100623. This solicitation is set-aside for small business; the associated NAICS code is 334310 and small business size standard is 750 employees. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. Highly encouraged site visit is scheduled for Thursday 26 Aug 2010 at 10:00 AM Pacific Time. Location is 262 NWS, Bldg 307, Pitsenbarger Blvd, McChord AFB, WA 98439. Those who want to attend this site visit must email their name and information to abdul.toulas@ng.army.mil and d.spriestersbach@ng.army 24 hours prior. Name of the company, name of the individual(s) attending - name(s) should be given as they appear on their drivers license, the drivers license number, the issuing state of the drivers license. Information can be submitted by fax at (253) 512-8885. The date, time and request for quote offers are due: 12 PM Pacific Time on 15 SEPT 2010 to abdul.toulas@us.army.mil and d.spriestersbach@us.army.mil 253-512-8825/8311. Electronic offers preferred. All questions must be submitted by email no later than 72 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the purchase of: VIDEO TELECONFERENCING SUITE *** All referenced part #s are Tandberg or equal. Interoperability with Tandberg-specific far end VTC systems required. 0001-AA (QTY 1) VTC package including: Dual 50 inch plasma 16:9 widescreen monitors w/advanced screen layouts (pictureinpicture); slim-line stand; precision HD camera; remote control, microphones and cabling; CD quality, stereo audio and digital NAM; up to 6 video/ 5 audio sites capability; applicable Software Presenter Pkg; multi-site software; one-step PC plug-in or LAN connection; Duo Video and Dual Stream to view presenter and presentations simultaneously as well as videoconference & local PC mode simultaneously; URI dialing; must have highest level of embedded encryption as well as IEEE 802.1x and H.235 authentication for security; must have automatic down speeding and IPLR for protection against network interruptions and point-to-point and multipoint calls; Bandwidth 2 Mbps ISDN/Ext.Net. 6MBps IP; Maintenance contract that includes software updates, system diagnostic support, and replacement of manufacture defective parts; provide technical assistance during installation. 0002-AA (QTY 1) Part number: CC-ISEC-320 (Integrated Services Digital Network [ISDN] version) System is DISA, JITC, TEMPEST certified and compatible with industry codecs supporting a serial interface ( RS 530). Includes optical isolation switch, dial isolator, KIV 7 HSB housing (KIV 7M & 19A options available), pre-wired IMUX slot, red/black cabling, domain indicator sign, domain selection switch and locking equipment cabinet. System supports period processing of H.320 VTC calls between two security domains. 0003-AA (QTY 1) Part number: CC-ISEC-IPN Add On (ISEC-323TM -NIAP Version) Factory upgrade adding H.323 (IP) secure/non-secure switching module to ISEC-320 system to support both ISDN and IP. Provides DISA, NIAP certified optical switch, IP domain controller, cabling and misc. integration components 0004-AA (QTY 1) Part number: CC-ISEC-KIV-7MUG KIV-7M to enable secure network communication. 0005-AA (QTY 1) Part number: CC-ISEC-SUSP Annual ISEC-IPDC Update Subscription Plan-Provides software support and release upgrades for Criticom. IPDC to address industry standard codec software updates and changes. Required for all systems using IPDC controllers to remain interoperable. 0006-AA (QTY 1) Part number: CC-ISEC-QBRI-U* ISEC Quad BRI IMUX-Supports Quad BRI with U Interface. Supports up to four BRIs and RS530/RS366 line connections for transmission speeds up to 512 Kbps. 0007-AA (QTY 1) Part number: 400013 RS530/366 6000 Cable 0008-AA (QTY 1) Part number: CC-GEW Gold Expanded Warranty - 12X5 Help Desk, Replacement Parts and SW Updates. 0009-AA (QTY 1) Part number: CC-GI Gold Installation 0010-AA (QTY 1) Part number: CC-PMS Project Management Support Lifecycle support service **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** *** All referenced part #s are Tandberg or equal. Interoperability with Tandberg-specific far end VTC systems required. ALL QUOTES MUST INCLUDE SHIPPING AND DELIVERY COSTS Delivery requirement: 30 days ARO, FOB Destination to Mcchord AFB, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7 Central Contractor Registration FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation" DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/F6T8CC0215AC01/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
 
Record
SN02273544-W 20100910/100909000319-5e26bf5bbdc365f38ec4de7c79a2cfc2 (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.