Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
SOLICITATION NOTICE

99 -- Videoconference Bridge Support

Notice Date
1/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-07-Q-VCBS
 
Response Due
1/19/2007
 
Archive Date
3/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation number W912CL-07-Q-VCBS, issued on 10 January 2007 for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) in Subpart 12.6, as supplemented with additional infor mation included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and FAR incorporated provisions and clauses are those in effect throu gh Federal Acquisition Circular (FAC) 2005-11, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060711. This acquisition is set-aside 100% for small businesses. The NAICS code is 334220 and the Small Business Size Stan dard is 750 employees. The items can be brand name or equal. Army Contracting Agency  The Americas, Mission Support has a requirement for: ITEM 1: MGC-50  8 slot AC chassis ONLY, Polycom, P/N VCSA0802, 1 each. ITEM 2: Control Unit MGC-50 ONLY, with removable hard disk drive bay, Polycom, P/N VCUS0105, 1 each. ITEM 3: Removable Hard Disk Drive (PSOS), Polycom, P/N VCUS0103, 1 each. ITEM 4: MGC-50 19 rack mount kit: configure the 8-slot chassis for a 19 rack (90 degrees), Polycom, P/N KIT2012, 1 each. ITEM 5: MGC MUX+ 10 Port Module: 18 sites up to 128K or 10 sites up to 384K or 6 sites up to 768K or 2 sites T1/E1, Polycom, P/N VNMX1001, 1 each. ITEM 6: MGC+ MPI-4 H.320 module: supports 4 connections using V.35, RS449, or EIA-530, RS366 dialing, 1 meter cable included, Polycom, P/N VNMM0401R, 1 each. ITEM 7: MGC IP+12 port module: 24 sites @ 128K or 12 sites @ 384K or 6 sites @ 768K or 3 sites @ 2M, Polycom, P/N VNMP1202, 2 each. ITEM 8: MGC Audio+ module supports 24 ports video or 48 ports voice, Polycom, P/N VRMA2402, 1 each. ITEM 9: 8 port Video+ module  includes Video+ 8 hardware module  CP/Tx licenses  Click & View, Polycom, P/N VCPV0802, 2 each. ITEM 10: MGC MPI Panel 16 RS449 DTE-F connections: supports up to 16 RS449 DTE serial connections + 16 RS366 dialing ports, Polycom, P/N VCCM4901 / KIT2010, 1 each. ITEM 11: MGC Power Cord 110VAC 2.3 Meter (8 ft), North America, Saudi Arabia, Venezuela, Polycom, P/N VCCP0101 / CBL0719, 1 each. ITEM 12: MGC MPI Adapter RS449 to EIA530 DCE-F: EIA-530 physical interface adapter for DCE (crossover) connections, Polycom, P/N VCCM5302, 8 each. ITEM 13: MGC MPI Adapter RS449 to EIA530 DTE-M: EIA-530 physical interface adapter for DTE (straight) connections, Polycom, P/N VCCM5301, 8 each. ITEM 14: MGC Unified Conference Suite: IVR/DTMF Suite + Virtual Conference Suite + Music IO connector for Unified Conferencing Platform, Polycom, P/N VSWS0105, 1 each. ITEM 15: MGC NET-2 H.320 ISDN (PRI), Leased (T1/E1) module: supports 2 circuits, each configurable as leased or ISDN PRI, T1 or E1 (without CSU), Polycom, P/N VNMN0201, 1 each. ITEM 16: Stonewall Cable Straight-thru Rs-530 cable DB25MF: Protocol: RS-530 P1: DB25M P2: DB25F, P/N SC-7561-MF, 5 feet, 8 each. ITEM 17: Stonewall Cable Straight-thru Rs-530 cable DB25MF: Protocol: RS-530 P1: DB25M P2: DB25F, P/N SC-7561-MF, 1 foot, 8 each. ITEM 18: Altex RS-232 Cable (non-paired, 25 conductor), P/N 4325, 100 feet, 1 spool. ITEM 19: Altex D-Sub Crimp Shells (25-Pin, F), P/N C25S, 15 each. ITEM 20: Altex D-Sub Crimp Shells (25-Pin, M), P/N C25P, 15 each. ITEM 21: Altex Shielded Hoods w/thumbscrews (25-Pin), P/N SH-25TS, 30 each. ITEM 22: Altex D-Sub Crimp Shell Contacts (female crimp), P/N MCP20S-A, 500 each. ITEM 23: Altex D-Sub Crimp Shell Contacts (male crimp), P/N MCP20P-A, 500 each. ITEM 24: Altex 11 ? long, 50 lb. Cable Ties, Black-181, P/N 11179, 5 each. ITEM 25: Onsite installation and customer training. ITEM 26: Partner Premier 1 year, MGC50, qualified service partner, parts shipped priority level same business day, tech phone support to partne r, and software updates and upgrades. ITEM 27: Shipping and insurance charges. Ship to the following address: USARSO G-6 Dickman Road, Building 1000 Suite 324 ATTN: Ruben G. Castillo, 210-295-6971 Fort Sam Houston, TX 78234 Delivery  45 days after receipt of order. Place of delivery for acceptance and FOB point will be USARSO G-6, as indicated in item 27. APPLICABLE PROVISIONS AND CLAUSES: 52.212-1, Instructions to Offerors  Commercial Items (Sep 2006). Solicitation pro vision at FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), and FAR 52.203-3, Gratuities (Apr 1984), applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror(s) 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, in descending order of importance: (1) Price, (2) Technical  quoted products must be the brand name specified or a government determined equal, (3) Ability to meet a delivery date not to exceed 45 days after receipt of order. Offeror shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Co mmercial Items (Nov 2006), with each offer along with FAR 52.212-3, Alternate 1 (Apr 2002). The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005) applies to this acquisition; the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2006), blocks (5) (14) (15) (16) (17) (18) (19) (20) (26) and (33) apply; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2006) (Deviations). ADDITIONAL CONTRACT REQUIREMENTS: 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.211-6, Brand Name or Equal. The following DFAR Clauses also apply to this solicitation: 252.212-7000, Offeror Representations and Certifications - Commercial Items (June 2005); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006); 252.243-7002, Request for Equitable Adjustment; and 252.232-7010, Levies on Contract Payments. The payment method for this purchase will be electronic fund transfer (EFT) by Defense Finance & Accounting System (DFAS). In accordance with FAR 52.204-7, Central Contractor Registration (Jul 2006), to receive a?contract award from a Department of Defense (DOD) activity, all contractors must be registered in Central Contractor Registration (CCR), accessed via the Internet at http://www.ccr.gov . All prospective offerors interested in submitting a quote on this solicitation must have a Commercial and Government Entity Code (CAGE CODE) and a DUNS number. FULL TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING WEBSITE http://www.ac qnet.gov/far. The Defense Priorities and Allocation System (DPAS) assigned rating for this procurement is unrated. Numbered note 1 applies. Signed and dated offers (quotes), to include a complete listing of all items, must be submitted to SFCA-TA-MS, 24 50 Stanley Road, Fort Sam Houston, TX 78234-6102, no later than 19 Jan 2007. Offers may be submitted via mail, facsimile, or email. Point of contact is Becky Veliz at 210-295-6129, FAX 210-295-6834, or email at Rebecca.Veliz@samhouston.army.mil.
 
Place of Performance
Address: US Army South, G-6 Dickman Road, Building 1000, Suite 324 Fort Sam Houston TX
Zip Code: 78234
Country: US
 
Record
SN01208765-W 20070112/070110220851 (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.