DOCUMENT
70 -- VTC-Red Video Teleconferencing System - REVISED SOW
- Notice Date
- 4/30/2008
- Notice Type
- REVISED SOW
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, Defense Information Systems Agency, Procurement and Logistics, DITCO-Scott, 2300 East Dr. Building 3600, Scott AFB, IL, 62225-5406, UNITED STATES
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-08-T-0047
- Response Due
- 3/31/2008
- Point of Contact
- Fleurelle Y Humphrey,, Phone: 618-229-9246
- E-Mail Address
-
fleurelle.humphrey@disa.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This combined synopsis/solicitation is amended as follows: The statement of work has been revised to reflect red-only ( no black unclassified operation will be occurring on this system nor will it be connected to any black systems). Please contact me for the attachments including the revised Statement of Work, dated 29 apr 2008. Due to these changes, the closing date has been changed to 6 May 2008 at CST 10:00 am. ================================================ This combined synopsis/solicitation is for commercial items/non-personal services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; technical and cost proposals are being requested at this time and a written solicitation will not be issued. Please contact fleurelle.humphrey@disa.mil for copies of the attachments. The Defense Information Systems Agency (DISA)/Defense Information Technology Contracting Organization (DITCO) Scott AFB, IL has a requirement for DISA- Computing Services Directorate (CSD) to procure Information Technology (IT) support which requires, engineering, acquisition, installation, testing, and acceptance of a turnkey Video Teleconference System for use as CLAS in support of the DECC-Columbus Site Director to be operable as a system with DoD DISN Video Services DVS-II network. This will be connected only to SIPRNET as an intended CLAS-ONLY VTC system connected to SIPR Circuit CCSD:7TAC. The system shall be a JITC-certified secure video-conferencing solution. Other tasks are detailed in the Statement of Work. This is combined synopsis/solicitation, (RFQ) HC1028-08-T-0047, The requirement is for Hardware, Labor, Travel/ODCs, Maintenance/Return and Repair for VTC Red for DISA-GSS. Only New products (FAR 52.211-5) are acceptable. The NAICS code is 334111, the size standard is 1000 employees. Provide a price for the base year which will include the engineering, hardware acquisition, installation, testing, acceptance. Please break these costs into Labor, Hardware, Travel/ODCs and Maintenance. The prices for the four (4) option years are to be broken down into Labor, Travel/ODCs and Maintenance/Return and Repair. The shipto/place of performance address is: DECC-Columbus, Attn: Barry Dunn 614-692-3566, Bldg. 23, 3990 E. Broad Street, Columbus OH 43216 (For US Mail) Whitehall, OH 43213 (For FedEx, UPS, RPS). Items to be delivered FOB destination; acceptance at destination. Delivery requested no later than 30 days ARO or sooner if possible. The contractor must provide a consise technical proposal, preliminary drawing of the proposed system, cost proposal for the base and four option years, and an equipment listing as part of the proposal response in accordance with the attached Statement of Work, Issue 8.0, dated 20 Feb 2008. When providing travel/odc costs, please break out each trip into Departure, Destination, number of people, number of days, airfare, perdiem, total per diem, car rental and total cost for each year. The proposals will be evaluation on Best Value - Lowest Price, Technically Acceptable basis. The contractor must also be able to provide personnel with a SECRET clearance per the DD Form 254. The SECRET clearance must be in place at the time of proposal submittal. ?Optional-- Contractor site visit is permitted, after consultation with government contracting officer, in order to perform a site survey prior to submitting final proposals to the Government. In accordance with Federal Acquisition Regulation (FAR) Part 6.203, the Government intends for this acquisition to be offered for competition limited to Small Business concerns. This procurement will be 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Program Participants. The period of performance will be one year from contract award with four (4) one-year options for Labor and maintenance support. The NAICS code is 334111, the size standard is 1000 employees. The following FAR clauses apply to this acquisition: 52.203-6 Alt1, 52.204-9, 52.204-6, 52.209-9000 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.214-34, 52.214-35, 52.217-5, 52.217-8, 52.217-9, 52.219-1, 52. 219-28, 52.222-41, 52.222-43, 52.225-13, 52.232-33 52.237-1, 52. 52.246-4, 52.247-34, 52.252-1, 52.252-5, 52.252-6. The following DFARS clauses apply to this acquisition: 252.204-7003, 252.211-7003, 252.212-7001, 252.225-7002, 252.225-7001, 252.232-7000, 252-232-7010, 252.243-7001, 252.244-7000, 252.246-7000, 252.247-7022 (access to clauses can be made via http://FARSITE.HILL.AF.MIL). The following Section 508 Accessibility Standard(s) (Technical & Functional Performance Criteria) are applicable to this acquisition: 1194.24 Video and Multimedia Products, 1194.31 Functional Performance Criteria. The contract type will be firm fixed price with labor CLINs. All unit prices/labor rates are firm fixed price. There are three(3) attachments for this requirement. Attachments are: Draft 7TAC Drawing, REVISED Statement of Work, dated 29 Apr 2008 and DD Form 254. These documents shall be referenced in your proposal. Please contact fleurelle.humphrey@disa.mil for copies of the attachments. If at anytime the Government determines that the requested services are no longer required, the Government reserves the right to not make an award. The Government also reserves the right to award without discussions. All questions regarding this requirement MUST be submitted via email by COB 2 May 2008. Proposals are due 6 May 2008 at 10:00 AM CST. All responses from responsible SDVOSB sources will be considered for evaluation and award of the contract. Oral communications are not acceptable. All inquiries regarding this requirement shall be submitted electronically and directed to Fleurelle Humphrey, at fleurelle.humphrey@disa.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9243b9bfd4bf410b63c4ff033aeef65c&tab=core&_cview=1)
- Document(s)
- REVISED SOW
- File Name: SOW dated 29 Apr 2008 (Final sow_VTC_red_9 29 Apr 2008.doc)
- Link: https://www.fbo.gov//utils/view?id=1c24bd50152618ec8edb898121b0efe7
- Bytes: 74.50 Kb
- File Name: Drawing (ISEC 643 Hybrid drawing.ppt)
- Link: https://www.fbo.gov//utils/view?id=d638b360f97442d218828c09645db3f5
- Bytes: 758.00 Kb
- File Name: DD254 (Attach_3 DD Form 254.doc)
- Link: https://www.fbo.gov//utils/view?id=bd63b860fa6762ec76358006b6990f86
- Bytes: 90.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SOW dated 29 Apr 2008 (Final sow_VTC_red_9 29 Apr 2008.doc)
- Place of Performance
- Address: DECC-Columbus, Attn: Barry Dunn 614-692-3566, Bldg. 23, 3990 E. Broad Street, Columbus OH 43216 (For US Mail) Whitehall, OH 43213 (For FedEx, UPS, RPS)
- Zip Code: 43216
- Zip Code: 43216
- Record
- SN01564205-W 20080502/080430221929-9243b9bfd4bf410b63c4ff033aeef65c (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 |