SOLICITATION NOTICE
70 -- Secure VTC Equipment for 1st Space Brigade
- Notice Date
- 3/7/2008
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-08-T-0001
- Response Due
- 3/21/2008
- Archive Date
- 5/20/2008
- Point of Contact
- George P Knowlton IV, 719-554-1967
- E-Mail Address
-
Email your questions to U.S. Army Strategic Command
(george.knowlton@smdc-cs.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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. This solicitation is issued as Request for Quote (RFQ) Number W91260-06-T-0010 is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. Standard Industrial Classification number is 3363. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: Secure Video Tele -Conference (VTC) equipment/components for U.S. Army SMDC/ARSTRAT 1st Space Brigade. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instea d stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0044. Offerors shall structure their proposal to include a price for: 0001 - Inverse Multiplexor, Model ISU-512 S/T. Adtran P/N 1202086L3 QTY: 12 EA 0002 - Triple NT-1 Adapt er, Model NT1 ACE3. Adtran P/N 1200236L1 QTY: 10 EA 0003 - Rackmount Blank Plate. Adtran P/N 1200202L2 QTY: 12 EA 0004 - Rackmount for ISU-512. Adtran P/N 1200202L1 QTY: 12 EA 0005 - Time Delay Relay. ABB Inc Model KRDS120 QTY: 12 EA 0006 - RS232, DB25, 25 Conductor, (M-F) Cable, 5 FT. Black Box P/N EBN25C-0005-MF QTY: 12 EA 0007 - RS530 (M-M) Cable, 5 FT. Black Box P/N EVNT530-0005-MM QTY: 12 EA 0008 - S-VHS Extension Cable (m-f), 6 FT. BTX P/N YV-PSSV46 QTY: 10 EA 0009 - S-VHS to (2) BNC Cable, 6 FT. BTX P/N YV-SVHSBOM6 QTY: 10 EA 0010 - Dual RCA Cable, 12 FT. BTX P/N YA-J946G QTY: 10 EA 0011 - S-VHS to (2) BNC Cable, 10 FT. BTX P/N YV-SVHSBOM10 QTY: 2 EA 0012 - S-VHS (m-f) Extension Cable, 15 FT. BTX P/N YV-PSSV415 QTY: 2 EA 0013 - Dual RCA Cable, 50 FT. BTX P/N YA-J9450 QTY: 1 EA 0014 - Blank Panel, 1RU. Middle Atlantic Model/P/N SB1 QTY: 24 EA 0015 - Blank Panel, 2RU. Middle Atlantic Model/P/N SB2 QTY: 24 EA 0016 - Specialized Rack Ruler. Middle Atl antic Model/P/N RULER QTY: 1 EA 0017 - Rack Screws, Pkg 100. Middle Atlantic Model/P/N HP QTY: 5 EA 0018 - DB25, Connector Hood, Metal. Newark P/N 44F8239 QTY: 72 EA 0019 - DB37, Connector Hood, Metal. Newark P/N 46F2344 QTY: 24 EA 0020 - N EMA 5-15P Plug. Newark P/N 35B775 QTY: 72 EA 0021 - Power Cord, 10 FT. Newark P/N 37F3314 QTY: 12 EA 0022 - DB9, Connector Hood, Metal. Newark P/N 46F2342 QTY: 15 EA 0023 - DB9F Crimp Connector. Newark P/N 93F8873 QTY: 15 EA 0024 - 14U Ver tical Rack. Winsted Model V8843 QTY: 12 EA 0025 - 14U Locking Plexiglas Door. Winsted Model 88354 QTY: 12 EA 0026 - 14U Locking Solid Door. Winsted Model 88344 QTY: 12 EA 0027 - Tapped Rack Rail, 14U. Winsted Model 84245 QTY: 12 EA 0028 - S wivel Casters and braces. Winsted P/N E4893 QTY: 12 EA 0029 - Accusync 40 inch LCD Display. NEC Model/P/N PV40 QTY: 10 EA 0030 - 52 inch LCD Television. Sharp Model LC-52D64U QTY: 1 EA 0031 - Universal Flat Mount, Model UFM. Premier Mounts P/N 829973150556 QTY: 11 EA 0032 - Single Gang Grommet Plate. Liberty Wire and Cable P/N PC-G1960-C QTY: 4 EA 0033 - HDX 9002 XL HD package, 2 HDX Mics, content sharing, Eagle Eye Camera. Polycom P/N 7200-23350-001 QTY: 12 EA 0034 - Serial Cable with RS530 (DB25), RS366 (DB25). Polycom P/N 2457-21263-200 QTY: 12 EA 0035 - Serial Network Module for HDX 9000. Polycom P/N 2215-21360-001 QTY: 12 EA<BR >0036 - Eagle Eye camera cable, 10m. Polycom P/N 2457-23180-010 QTY: 2 EA 0037 - Power Conditioner/Sequencer. Furman Model PS-8R QTY: 12 EA 0038 - Camera Mount for Polycom Eagle Eye Camera. Vaddio P/N 535-2000-221 QTY: 12 EA 0039 - Secure Isola tion Module. Audio Visual Systems Model/P/N AVS IM-530 QTY: 12 EA 0040 - Dual Slot KIV-7 Rackmount, 1RU. Criticom P/N CC-3014-TR QTY: 12 EA 0041 - Encryptor. Mykotronx Model KIV-7HSB QTY: 11 EA 0042 - Velcro Cable Wrap, Roll 50, Black. Cable Or ganizer P/N VWOW-50RL QTY: 4 EA 0043 - Braided Sleeving, 100 FT. Cable Organizer P/N SPACRC050 QTY: 2 EA 0044 - Flexigrommets, 2-3/4 inch Dia. Rockler Model/P/N 35546 QTY: 12 EA Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Ma nufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) business days after receipt of Purchase Order, which presumes cont ract award no later than 04 April 2008. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, SMDC-ISP, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government rece ipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 21 March 2008. Award is anticipated no later than 4 April 2008. Payment o f invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate of fers: (1) Product Design, Configuration, Technical and Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or exceed required deliver y date for all items described in CLINs 0001 - 0044 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the informat ion provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their propo sal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Represe ntations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Execu tive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handica pped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North Am erican Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252 .227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/AR STRAT, ATTN: SMDC-RDC-W (George Knowlton), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, i t is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 1:00 PM (Mount ain Time) on 21 March 2008. The point of contact for all information regarding this acquisition is George Knowlton at (719) 554-1967, fax (719) 554-8442 or at e-mail george.knowlton@smdc-cs.army.mil.
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
- Zip Code: 80914-4914
- Country: US
- Zip Code: 80914-4914
- Record
- SN01527260-W 20080309/080307224836 (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 |