Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

Z -- MAINTENANCE SERVICES ON EXISTING VTC EQUIPMENT

Notice Date
12/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018914T0038
 
Response Due
12/11/2013
 
Archive Date
12/30/2013
 
Point of Contact
TRACEY DILLARD 757-443-1926
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N0018912T0412. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541380 and the Small Business Standard is 500. This is a competitive action. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing 12 months of Full Service Maintenance Coverage on the VTC equipment including 4 option years. The Statement of Work including description of services and equipment is attached. Statement of Work Full Coverage Contract COMNAVSURFLANT (Bldg D-29) The Purpose of the VTC Maintenance Contract for COMNAVSURFLANT'S N6 Division is to ensure that all of the equipment assigned to each designated room is operational at all times. The equipment provides the staff the ability to hold unclassified/classified Video Teleconferences (VTC) with recording and DVD burning ability and provides the opportunity of sharing training events. The accomplishment of contracting these services will ensure that all COMNAVSURLFLANT's VTC facilities will remain operable and trouble free and the equipment should be operational at all times. Quarterly equipment checkups should be included in the Maintenance Contract.- This Maintenance Contract (Full Coverage which includes equipment replacement and quarterly Preventative Checkups) should include coverage 5 days a week, 8 hours a day with a four (4) hour phone response and 24 hour onsite response objective provided for critical systems, and a 72 hour plus response for non-critical issues. a)All parts and labor b)4-hour response for down systems c)Unlimited telephone technical support d)Unlimited access to the video test facility e)Repair or replace equipment as required “ loaners provided as available. f)Quarterly Preventive Maintenance The VTC Equipment that will be assigned to this Maintenance Contract is located in the following area spaces: a)USS COLE RM A-08 Main Conference Room, b.) USS NORMANDY RM A-29 c.)FLAG Conference Room d.)USS BORIE RM C-10 e.)USS REUBEN JAMES RM-125 f.)USS IOWA RM E-12 g.)USS LIBERTY RM E-03 h.)USS MAINE RM 124 (Inside of SCIF used for presentation only) NOTE: All of the Equipment listed is not available in all area spaces. LOCATION COMNAVSURFLANT 1751 Morris St. Building D-29, Room B02 Norfolk, VA. 23511-2808 Services and Material: Please see attached document. ITEMS / MFG / MODEL VIDEO LCD Flat PanelNECP702 Tilt Wall MountChief Mfg PSMH2840 VTC CODEC (located in Server Rm) CiscoC40 VTC CameraSonyD70 Network Interface(located in Server Rm)Tandberg NT-4 IMUX (located in Server Rm)AdtranISU-512 Network Isolator (located in Server Rm)CISComputing DTD530S-DI Crypto Device (located in Server Rm)(GFE) KIV-7M 8x8 DM SwitcherCrestron DM-MS8x8 Fiber Input CardCrestronDMCO-43 HDMI/Audio Output CardCrestronDMCO-30 Fiber Input CardCrestronDMC-S DVI/RGB Input CardCrestronDMC-DVI Fiber XMTR (located in Server Rm) Crestron DM-TX-201-S Fiber RCVR (located in Server Rm) Crestron DM-RMC-200-S 1:2 Digital Video DAExtronP/2 DA2 Plus Secure KVM (2 Computers)AvocentSC320 AUDIO Power AmplifierCrown Ceiling Speaker(Use existing) Boundary MicrophoneShureMX393/C Gooseneck MicrophoneShureMX405/C Gooseneck Microphone BaseShureMX400DP Line to Mic XMFRRDLTX-LM2 Audio DSPPolycomSound structure C8 Audio DARDLST-DA3 Microphone Control UnitShureCU 5905 Conference UnitShureDC 5980 P Gooseneck MicrophoneShureGM 5923 1m CableShureEC 6001-01 20m CableShureEC 6001-20 OTHER System ControllerCrestronPro3 Power ModuleCrestronST-PC Card InterfaceCrestronCEN-CI3-3 Control CardCrestronC3COM3 12 ¯ Touch PanelCrestronV12-TILT-B Digital Graphics EngineCrestronDGE-2 Power SupplyCrestronCNPWS-75 COM BlockCrestronC2N-HBLOCK IR Extender KitXantechDL85K Indoor Single line LED SignProlitePL-XPM2020 USB Extender TxExtron60-871-12 USB Extender RxExtron60-871-22 USB HubExtron60-1031-22 Network Isolation SwitchCISDTDFT221 Credenza Frame (3-bay)Middle AtlanticC5F3 Credenza Finish KitMiddle AtlanticC5K3-CPD-xx Equipment Rack w/ AccessoriesMiddle AtlanticSlim 5 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract is 100% set aside for small business concerns. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications ”Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.215-5 Facsimile Proposals 757-443-1389/1333(OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-36 Payment by Third Party (FEB 2010), 52.223-18 Contractor Policy to ban Text Messaging while Driving (SEPT 2010); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A System for Award Management, (52.204-7) Alternate A (May 2013) Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ ; 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act ”Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011). The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility. (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. All quotes shall be submitted via Microsoft Word or Excel spreadsheet. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00AM EST on 11 December 2013. Offers shall be emailed to tracey.dillard@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0038/listing.html)
 
Place of Performance
Address: COMNAVSURFLANT 1751 MORRIS STREET BUILDING D-29, NORFOLK, VA
Zip Code: 23511
 
Record
SN03244324-W 20131205/131203234018-02704eea9e33b47b6b8ffa50453e6b86 (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.