Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

D -- VTC Conference Room Upgrade

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0518
 
Archive Date
10/10/2010
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0518. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-38, dated 01 Feb 2010 and DFARS Change Notice 200900009. The DPAS Rating for this solicitation is DO. S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 518210, the Small Business Standard is 25.0 MIL. This requirement is Unrestrictive. The DPAS rating for this solicitation is DO. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: The equipment as cited in the statement of Work below: This requirement is FOB Designation. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) 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. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 pm hours (Eastern Standard Time) on 25 SEP 2010. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. Video Teleconferencing Statement of Work The Executive and Operations departments require fixed secure video teleconferencing equipment per SOCOM VTC desk Tandberg 600MXP (Internet Protocol) system. The contractor shall provide secure VTC equipment as follows: (1) Tandberg 6000MXP HD Integrator Package 1 ea (2) Tandberg 6000MXP Multi Site Option 1 ea (3) Tandberg 6000MXP (NPP) Natural Presenter Package 1 ea (4) Tandberg 6000MXP Domestic Customer Core Service 1 ea (5) Cables & Monting Hardware 1 ea (6) Installation to include labor (7) Control System Programming (8) Material (2 Shap LC52LE810UN LED Monitor (9) Cables & Mounting Hardware) (10) Labor (11)Programming (12) Upgrade to LC60LE810UN 60'Monitors 1 ea. The contractor shall also and installation to existing SIPRNET. Equipment shall be installed an NAVSCIATTS, 2606 Lower Gainsville Road, Stennis Space Center, MS 39529 in BLDG 2606 2 nd floor conference room. Per SOCOM VTC recommendations need a Tandberg 6000MXP system with camera and microphones. The system must be compatible with the SOCOM Tandberg Management Suite (TMS). Effort shall include need dual monitors and wall mounted and installed to accommodate the ability to push out presentations on one and view the teleconference on the other.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0518/listing.html)
 
Place of Performance
Address: NAVSCIATT, Stennis Space Center, MS., Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN02276574-W 20100912/100910235848-8a3198e88433b72ec2445ffbacec1470 (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.