Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2008 FBO #2358
SOURCES SOUGHT

D -- Courtroom Technology Upgrades

Notice Date
5/9/2008
 
Notice Type
Sources Sought
 
NAICS
922110 — Courts
 
Contracting Office
Administrative Office of the U. S. Courts, U.S. District Court, NM, U.S. District Court, 333 Lomas Blvd NW, Suite 270, Albuquerque, New Mexico, 87102
 
ZIP Code
87102
 
Solicitation Number
NM001
 
Point of Contact
Scott Ferguson,, Phone: (505)348-2063
 
E-Mail Address
sferguson@nmcourt.fed.us
 
Small Business Set-Aside
N/A
 
Description
U.S FEDERAL DISTRICT COURT ALBUQUERQUE, NEW MEXICO VIDEO PRESENTATION SYSTEMS PART 1 - GENERAL 1: 01 SUMMARY A. General: The United States District Court for the District of New Mexico requests a response to this request for proposal for design, replacement and upgraded equipment for three existing and functional evidence presentation systems. Two of the systems are located at the Pete V. Domenici United States Courthouse in Albuquerque, New Mexico, and the third system is located in the Santiago E. Campos United States Courthouse in Santa Fe, New Mexico. Please respond to this request for proposal with a written proposal by 5:00 p.m. on May 30, 2008. The proposal should be received at: Pete V Domenici U.S. District Courthouse 333 Lomas Blvd N.W. RM: 270 Atten: Scott Ferguson Albuquerque, NM 87102 B. Statement of Work: The work of this section includes, but is not necessarily limited to, the following Cimarron Courtroom 1. The Contractor shall upgrade the current operational evidence presentation system. The upgrade to this system includes, but is not limited to, as needed replacement of switches, converters, distribution amps, and other equipment and cables located in the existing equipment rack. Conversion from AMX control to Crestron control with Crestron TPS-12control panels located at judge’s bench and clerk’s bench. Control panel should have a similar look and functionality as other Crestron control systems currently used by the court. Ensure connectivity for witness box in two locations (left and right side of judge’s bench). A new document camera (Samsung 950XA or equivalent), new face plate mounted terminations in floor boxes under counsel table to include, VGA computer input, S-video input, audio inputs (RCA and 1/8 inch), new VCR and DVD player (this may be a combo unit), Replace eight monitors for jury box, one monitor for each counsel table, and one monitor for judge’s bench Replace two annotation monitors, one each, located in the witness box and at evidence presentation cart, also add one new monitor at clerks bench for viewing of evidence presentation system. All current active systems and connections should remain active. 2. Unless otherwise noted, the work shall include everything necessary or incidental to complete the installation including receptacle plates, wiring, electrical boxes, racks, etc. The contractor shall coordinate such excluded equipment with the Government. The contractor shall furnish all necessary information to insure that a proper audio/visual system will be installed. 3. The Contractor shall restore finished hardware to original condition including painting, millwork, and ceiling modifications and attachments. 4. The Contractor shall provide comprehensive training on system operation. Brazos Courtroom 1. The Contractor shall upgrade the current operational evidence presentation system. The upgrade to this system includes, but is not limited to, as needed replacement of switches, converters, distribution amps, and other equipment and cables located in the existing equipment rack. Conversion from AMX control to Crestron control with Crestron TPS-12control panels located at judge’s bench and clerk’s bench. Control panel should have a similar look and functionality as other Crestron control systems currently used by the court. Ensure connectivity for witness box in two locations (left and right side of judge’s bench). A new document camera (Samsung 950XA or equivalent), new face plate mounted terminations in floor boxes under counsel table to include, VGA computer input, S-video input, audio inputs (RCA and 1/8 inch), new VCR and DVD player (this may be a combo unit), Replace eight monitors for jury box, one monitor for each counsel table, and one monitor for judge’s bench Replace two annotation monitors, one each, located in the witness box and at evidence presentation cart, also add one new monitor at clerks bench for viewing of evidence presentation system. All current active systems and connections should remain active.. The current video conferencing unit, Polycom VSX 7000, will also need to remain active in this room, and will need to remain tied into the control system. 2. Unless otherwise noted, the work shall include everything necessary or incidental to complete the installation including receptacle plates, wiring, electrical boxes, racks, etc. The contractor shall coordinate such excluded equipment with the Government. The contractor shall furnish all necessary information to insure that a proper audio/visual system will be installed. 3. The Contractor shall restore finished hardware to original condition including painting, millwork, and ceiling modifications and attachments. 4. The Contractor shall provide comprehensive training on system operation. Santa Fe Courtroom 1. The Contractor shall upgrade the current operational evidence presentation system. The upgrade to this system includes, but is not limited to, as needed replacement of switches, converters, distribution amps, and other equipment and cables located in the existing equipment rack. Conversion from AMX control to Crestron control with Crestron TPS-12control panels located at judge’s bench and clerk’s bench. Control panel should have a similar look and functionality as other Crestron control systems currently used by the court. A new document camera (Samsung 950XA or equivalent), new face plate mounted terminations in counsel tables to include, VGA computer input, S-video input, audio inputs (RCA and 1/8 inch), new VCR and DVD player (this may be a combo unit), Replace eight monitors for jury box, one monitor for each counsel table, and one monitor for judge’s bench Replace two annotation monitors, one each, located in the witness box and at evidence presentation cart, also add one new monitor at clerks bench for viewing of evidence presentation system. All current active systems and connections should remain active.. The current video conferencing unit, Polycom VSX 8000, will also need to remain active in this room, and will need to remain tied into the control system. 2. Unless otherwise noted, the work shall include everything necessary or incidental to complete the installation including receptacle plates, wiring, electrical boxes, racks, etc. The contractor shall coordinate such excluded equipment with the Government. The contractor shall furnish all necessary information to insure that a proper audio/visual system will be installed. 3. The Contractor shall restore finished hardware to original condition including painting, millwork, and ceiling modifications and attachments. 4. The Contractor shall provide comprehensive training on system operation. 1.02 SCOPE OF WORK A. The contractor shall provide an upgraded audio/visual systems compatible with the Governments operations. Touch panel control, page layouts and functions shall be reviewed and approved by the Government. B. The Contractor shall provide equipment that, where required, shall conform to the applicable requirements of the Underwriter’s Laboratories, Inc. local codes, the National Electrical Code, and any other governing codes. Such items shall bear a label or mark indicating their conformance to the above requirements. C. The Contractor shall provide a one year warranty on all systems, hardware, software, and all aspects of the installed system. D. The one year warranty shall begin at the point the installations are fully accepted by the court. E. All repairs made during the warranty period shall be at the sole expense of the contractor, including parts, software, labor, travel expenses, and any other cost associated with the repair. F. The contractor shall warrant that all maintenance staff who shall service the proposed system have been fully trained and certified by the manufacturer as qualified to service the prosed system. G. Repair service shall be available twenty-four hours a day, every day of the year. H. The contractor shall provide four hour response time in the event of an emergency, and a twenty-four hour response time for routine service calls. Emergencies are considered any aspect of the system not working during a trial or hearing. I. The contractor shall provide information on their extended warranty and/or follow on maintenance programs. J. The Contractor shall provide systems configured and installed for simplicity of operation and low maintenance, with user friendly controls. 1.03 SUBMITTALS A. General: Submittals must have written approval of the Government prior to commencement of work, fabrication, and installation. Submit all information specified in accordance with the deadlines indicated. The Government may request additional information. Submit two identical copies of all submissions except for samples required under paragraph 1.03 D. B. The following submittals are required at the time the proposal is due: 1. A detailed schedule showing, for each piece of equipment, the offered make, model, quantity, and proposed unit and total prices in spreadsheet format. 2. A statement signed by an officer of the company indicating that the company has read, understands, and agrees to comply with the terms and conditions of this request for proposal. C. The following drawings are to be submitted one week after the time of award. 1. Proposed control panel layouts and control system flow diagrams. 2. The Government may request a second draft be submitted if the Government has extensive comments of the first draft. 3. The Contractor shall have ten working days to make any corrections or incorporate comments and deliver the final plan. D. The samples listed below are required after award but prior to the initiation of work. Quantity Description 1 Marked receptacle plate for floor boxes 1 Control system arraignment 1. Layout of all plates, racks, and panels. F. Determination of the acceptability of each final submittal will be made by the Government. The Government will review and verify that all corrections have been made and comments, if any, are incorporated into the final submittal. G. Acceptance or rejection of a contractor’s submittal will be formally communicated by the Contracting Officer or the Contracting Officers Technical Representative. H. Final acceptance of each submittal will be made by the Government Contracting Officer Technical Representative with concurrence of the Contracting Officer by signatures on the Submittal Acceptance Form provided by the contractor. 1.04 DELIVERY, STORAGE AND HANDLING A. Control handling and installation of hardware and equipment items that are not immediately replaceable, so that completion of the work will not be delayed by hardware or equipment losses. B. Prior to installation, protect exposed surfaces with material, which is easily removed without marring finishes. C. Additional space will not be provided by the court to the contractor for the purpose of pre-assembly. 1.05 SCHEDULING A. It shall be the responsibility of the Contractor to coordinate the installation of the systems to be compatible with the Government, and the over all construction completion schedule. B. The contractor shall provide training on the completed systems to the courts personnel, within the identified courtrooms. This training should be completed by the contractors personnel with adequate training on the completed systems. C. The Contractor shall have the courtrooms completed and fully functional one month after notice to proceed. All work for this project will take place during normal work hours. Normal work hours are considered 8:00 a.m. to 5:00 p.m. Monday through Friday. 1.06 RELATED WORK A. Submit drawings showing location of all receptacle boxes to be modified by the Contractor. 1.07 DESIGN CONSIDERATIONS A. All equipment is to be professional grade and rated for continuous duty. B. All equipment must be self-supporting, and the Contractor must provide all necessary support hardware. C. Provide one bound operation and maintenance manual to the Government. containing operating instructions for each system. Providing standard factory equipment operating instructions alone is not acceptable. The manual shall contain “as-built” schematic wiring diagrams of all systems, internal wiring diagrams of the central rack cabinet and control panels, preventative maintenance notes, and troubleshooting procedures. All information must be accurate as per written acceptance. The manual must be delivered the day of acceptance and include Contractor name, phone number and courtroom identification. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. All equipment and material not provided by the Government shall be new. 2.02 SYSTEM DESCRIPTION A. CIMARRON COURTROOM 1. Presentation cart, which will be provided, and is located between two existing counsel tables should have the following equipment or equivalent: a. Document camera such as a Samsung SDP 950DXA or equivalent b. S-VHS recorder/player JVC XV-FA95GD or equivalent with remote control. This may also be a combo DVD/VCR unit. c. DVD player JVC XV-FA95GD or equivalent with remote control. This may also be a DVD/VCR combo unit d. Analog color video printer and paper Mitsubishi CP2000UA or equivalent e. VGA computer input f. RCA audio input 2. 17 inch LCD flat panel monitors, such as Acer AL 1716 F or equivalent, need to be located at the judge’s bench, clerks bench, counsel tables, presentation cart, and witness box. The jury box shall have 8 monitors. Monitors at presentation cart and witness box need to have annotation ability. 3. Counsel tables will need to have VGA and S-Video video inputs as well as RCA, and 1/8 inch audio inputs added to the existing floor boxes located underneath counsel tables. All of the existing connections in these floor boxes will need to remain active. 4. VGA and S-video connections will have to be added to the judges and clerks locations 5. Two Crestron touch screen control panels. Each control panel should have the following pages/options and functionality. 1. Video Sources a. Judge 1. Computer VGA 2. S-video b. Clerk 1. Computer VGA 2. S-video c. Lectern 1. ELMO 2. VCR 3. DVD 4. Computer VGA 5. Computer S-Video d. Prosecution 1. Computer VGA 2. Computer S-video e. Defense 1. Computer VGA 2. Computer S-Video 2. Monitor Controls a. All black b. Jury black c. Witness black d. Reset annotation 3. Audio Controls a. Bench conference b. All mute c. External volume B. BRAZOS COURTROOM 1. Presentation cart, which will be provided, and is located in between two existing counsel tables should have the following equipment or equivalent: a. Document camera such as a Samsung SDP 950DXA or equivalent b. S-VHS recorder/player JVC XV-FA95GD or equivalent with remote control. This may also be a combo DVD/VCR unit. c. DVD player JVC XV-FA95GD or equivalent with remote control. This may also be a DVD/VCR combo unit d. Analog color video printer and paper Mitsubishi CP2000UA or equivalent e. VGA computer input f. RCA audio input 2. 17 inch LCD flat panel monitors, such as Acer AL 1716 F or equivalent, need to be located at the judge’s bench, clerks bench, counsel tables, presentation cart, and witness box. The jury box shall have 8 monitors. Monitors at presentation cart and witness box need to have annotation ability. 3. Counsel tables will need to have VGA and S-Video video inputs as well as RCA, and 1/8 inch audio inputs added to the existing floor boxes located underneath counsel tables. All of the existing connections in these floor boxes will need to remain active. 4. Two Crestron touch screen control panels TPS 12. Each control panel should have the following pages/options and functionality. 1. Video Sources a. Judge 1. Computer VGA 2. S-video b. Clerk 1. Computer VGA 2. S-video c. Lectern 1. ELMO 2. VCR 3. DVD 4. Computer VGA 5. Computer S-Video d. Prosecution 1. Computer VGA 2. Computer S-video e. Defense 1. Computer VGA 2. Computer S-Video 2. Monitor Controls 1. All black 2. Jury black 3. Witness black 4. Reset annotation 3. Audio Controls 1. Bench conference 2. All mute 3. External volume 4. Video Conference a. Camera Selection 1. Judge 2. Witness 3. Podium 4. Evidence Presentation System (all aspects) b. Volume Control 1. Near End 2. Far End 3. Mute c. Video Preview Window PART 3 SPECIAL CONTRACT REQUIREMENTS Contractors are hereby notified that the following contract clauses shall be the governing clauses on contracts utilized by the federal judiciary: 3:01 DISCOUNTS FOR EARLY (PROMPT) PAYMENT A. Discounts for early payments will not be considered in the evaluation of offers B. Discounts for early payment may be offered either in the original offer or on individual invoices submitted under the resulting contract, and discounts offered will be taken by the government if payment is made within the discount period specified. C. Discounts that are included in offers become part of the resulting contracts and are binding on the contractor for all orders placed under the contract. Discounts offered only on individual invoices will be binding on the contractor only for the particular invoice on which the discount is offered. D. The ending date of the discount period will be determined by applying the number of calendar days specified by the contractor, beginning with the later of: 1. The date the supplies are deemed to be accepted by the government, as determined in accordance with the payment terms of this contract, or 2. The date the proper invoice or voucher is received in the office specified by the government. E. The date of the check issued in payment shall be considered the date payment is made. 3.02 INTEREST ON OVERDUE PAYMENTS A. The Prompt Payment Act of 1982 is not applicable to the federal judiciary; therefore, interest on overdue payments, in accordance with the provisions of this act and OMB Budget Circular A-125 are not available under this contract. 3.03 DISCLOSURE OF INFORMATION (AOUSC 1999) A. Information made available to the contractor by the federal judiciary for the performance or administration of this contract shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. This clause expressly limits the contractor’s right to use this data as described in Rights in Data - General FAR 52.227-14(d)(1). B. If public information is provided to the contractor for use in performance or administration of this contract, such information may not be used for any other purpose by the contractor except with the written permission of the Contracting Officer. If the contractor is uncertain about the availability or proposed use of information provided for the performance or administration of this contract, the contractor will consult with the Contracting Officer regarding use of that information for other purposes. 3.04 FREEDOM OF INFORMATION ACT CLAUSE (AOUSC 1994) A. The Administrative Office of the United States Courts reserves the right to disclose information provided by the contractor in response to a request by a member of the general public. Upon receipt of a written request, the AOUSC shall disclose information which would constitute public records in an agency covered by the Freedom of Information Act, or which is otherwise disclosable under the Federal Acquisition Regulation. In the event the requested information consists of or includes commercial or financial information, including unit prices, the contractor shall be notified of the request and provided with an opportunity to comment. The contractor will thereafter be notified as to whether the information requested will be released. The contractor understands and agrees that unit and or aggregate prices contained in the contracts, including evaluated options, may be subject to disclosure without consent. 3.05 DISPUTE CLAUSE A. A contract dispute means a written claim, demand or assertion by a contracting party for the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other specific relief arising under or relating to the contract. A dispute also includes a termination for convenience settlement proposal and any request for an equitable adjustment, which is denied. A voucher, invoice, or other routine payment that is not disputed by the parties is not a dispute under this clause. B. A contract dispute must be filed within twelve months of its accrual and must be submitted in writing to the contracting officer. The dispute must contain a detailed statement of the legal and factual basis of the dispute and must be accompanied by any documents that support the claim. The claimant must seek specific relief, as provided in paragraph one above. However, the time periods set forth here shall supercede if the contract contains specific provisions for the processing of any claim which could otherwise be considered a “dispute” under this clause. C. Contracting Officers are authorized to decide or settle all disputes under this clause. If the contracting officer requires additional information the contracting officer shall promptly request the vendor to provide such information. The contracting officer will issue a written determination within sixty days of the receipt of all the requested information from the vendor. If the contracting officer is unable to render a determination within sixty days, the vendor shall be notified of the date on which a determination will be made. The determination of the contracting officer will be signed by the Office of General Counsel and shall be considered the final determination of the agency. D. The contractor shall proceed diligently with performance of this contract pending the resolution of the dispute. The contractor shall comply with the final determination of the contracting officer unless such determination is overturned by a court of competent jurisdiction. Failure to diligently continue contract performance during the pendency of the claim or failure to comply with the final determination of the contracting officer may result in termination of the contract for default or imposition of other available remedies. 3.05 INSURANCE The contractor shall carry and maintain, during the entire period of performance under this contract, adequate insurance as follows: A. Workman’s Compensation and Employee’s Liability Insurance Contractors are required to comply with applicable federal and state worker’s compensation and occupational disease statutes. If occupational disease are not compensable under those statutes, they shall be covered under the employer’s liability section of the insurance policy. Employers liability coverage of at least $100,000 per incident shall be required. B. Comprehensive General Liability Insurance A minimum of $500,000 for bodily injury per occurrence 3.06 INDEMNIFICATION A. Responsibility for Government Property The contractor assumes full responsibility for and shall indemnify the government against any and all loses or damage of whatsoever kind and nature to any and all government property, including equipment, supplies, accessories, or parts furnished, while in its custody and care for storage, repairs or service to be preformed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the contractor, any subcontractor, or any employee, agent or representative of the contractor or subcontractor. If due to the fault, negligent acts (wether of commission or omission) and/or dishonesty of the contractor or its employees, any government-owned or controlled property is lost or damaged as a result of the contractor’s performance of this contract, the contractor shall be responsible to the government for such loss or damage, and the government, at its option, may in lieu of payment therefor, require the contractor to replace at its own expense, all property lost or damaged. B. Hold Harmless and Indemnification Agreement The contractor shall save and hold harmless and indemnify the government against any and all liability claims and cost of whatsoever kind and nature for injury or death of any person or persons and for loss or damage to any contractor property or property owned by a third party occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operation, or performance of work under the terms of this contract, resulting in whole or in part from the acts or omissions of the contractor, any subcontractor, or any employee, agent, or representative, of the contractor or subcontractor. C. Governments Right to Recovery The government shall not be liable for any injury to the contractor’s personnel or damage to the contractor’s property unless such injury or damage is due to negligence on the part of the government and is recoverable under the Federal Torts Claims Act, or pursuant to other statutory authority applicable to the judiciary. 3.07 GOVERNMENT-CONTRACTOR RELATION SHIPS - AOUSC (1992) A. The government and the contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are nonpersonal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor and /or the Government and the Contractor’s employees. It is therefor, in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. B. The Contractor and/or the Contractor’s personnel under this contract shall not: 1. be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer. 2. Be placed in a staff or policy making position. 3. Be placed in a position of command, supervision, administration, or control over government personnel or the personnel of other Contractors, or become part of the government organization. 4. Be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations. C. Employee Relationships: 1. The services to be preformed under this contract do not require the Contractor or its employees to exercise personal judgement and discretion on behalf of the Government, but rather the Contractor’s will act and exercise personal judgement and discretion on the behalf of the contractor, as directed by the Contractor’s supervisory personnel, and in accordance with the contract terms and conditions. 2. rules, regulations, directions, and requirements issued by the agency under the agency’s responsibility for good order, administration, security, and safety are applicable to all personnel physically located on-site. This is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal service contract. 3.08 EXAMINATION OF RECORDS BY THE (AOUSC 1995) A. The Contractor agrees that the Director of the Administrative Office of the United States Courts, or his/her designated representatives shall, until the expiration of three (3) years after the expiration of this contract, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Contractor involving transactions related to this contract. The Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the Contractor agrees that the Director of the Administrative Office of the United States Courts or his/her designated representatives shall, until three (3) years after the expiration of this contract, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Contractor involving transactions related to this contract. 3.09 DEFINITIONS (AOUSC 1985) As used in this Agreement, the following terms shall have the meanings set forth below: A. The term “Director” means the Director of the Administrative Office of the United States Courts (unless in the context of a particular section, the use “Director” manifestly shows that the term was intended to refer to some other officer for purposes of that section), and the term “his duly authorized representative” means any person or persons or board (other than the Contracting Officer) authorized in writing to act for the Director. B. The term “Contracting Officer” means the person executing this Agreement on behalf of the Government, and any other successor Contracting Officer who has responsibility for this agreement. C. The term “subcontracts” includes purchase/delivery orders 3.10 NEWS RELEASES No news releases pertaining to this procurement shall be made without the prior agency approval, as appropriate, and then only in conjunction with the Contracting Officer. 3.11 USE OF ADMINISTRATIVE OFFICE OF THE U.S. COURTS NAME OR CONTRACTUAL RELATIONSHIP IN ADVERTISING The Contractor agrees not to refer to awards from or contracts with the Administrative Office of the U.S. Courts in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Administrative Office of the U.S. Courts or is superior to other products or services. The Contractor also agrees not to distribute or release any information that states or implies that the Administrative Office of the U.S. Courts endorses the Contractor’s Product or service. 3.12 LIMITED USE OF DATA Performance of this contract may require the Contractor to access and use data and information proprietaryto a Government agency or Government Contractor which is of such a nature that its dissemination or use, other than in performance of this contract, would be adverse to the interests of the Government and/or others. Contractor and/or Contractor personnel shall not divulge or release data or information developed or obtained in performance of this contract until made public by the Government, except as authorized by the Contracting Officer. The Contractor shall not use, disclose, or reproduce proprietary data which bears a restrictive legend, other than as required in the performance of this contract. Nothing herein shall preclude the use of any data independently acquired by the Contractor without such limitations or prohibit an agreement at not cost to the greater rights to the Contractor. 3.13 DISCLOSURE OF INFORMATION FOR NON-GOVERNMENT EVALUATORS Offerors are advised that the Government may disclose proposals received in response to this solicitation to non-government evaluators for evaluation purposes. Before any information in a proposal is released, however, the outside evaluator will be required to sign a written agreement requiring that. A. the information be used by the evaluator for evaluation purposes only and not be further disclosed. B. Any authorized restrictive legends placed on the proposal be the prospective contractor or subcontractor or by the Government also be reflected in any reproduction or abstracted information made by the evaluator. C. Upon completion of the evaluation, all copies of the proposal, as well as any abstracts thereof be, returned by the evaluator to the Government office which initially furnished them for evaluation. 3.14 LATE PROPOSALS Any proposal received at the office designated in the solicitation after the exact time specified for receipt of offers will not be considered unless it is received before award is made and A. It was sent by registered mail or certified mail not later than the fifth calendar day before the date specified for receipt of offers (an offer submitted in response to a solicitation requiring receipt of offers by the 22nd of the month must have been mailed by the 17th) B. It was sent by mail (or telegram or facsimile, if authorized) or hand carried (including delivery by commercial carrier) if it is determined by the Government that the late receipt was due primarily to Government mishandling after receipt at the Government installation. C. It was sent by U.S. Postal Service Express Mail Next Day Service-Post to Addressee, not later than 5:00 p.m. at the place of mailing two working days prior to the date specified for receipt of proposals. The term “working days” excludes weekends and U.S. Federal holidays. D. It was transmitted through an electronic commerce method authorized by the solicitation and was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals. E. There is acceptable evidence to establish that it was received at the activity designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers, and the Contracting officer determines that accepting the late offer would not unduly delay the procurement. F. It is the only proposal received. 4.01 OBSERVANCE OF REGULATIONS/STANDARDS OF CONDUCT A. When Contractor personnel are preforming contract work at a Government facility, they shall comply with all the rules and regulations of the facility, including, but not limited to, rules and regulations governing security, controlled access, personnel clearances and conduct with respect to health and safety and to property at the site, regardless of wether or not title to such property is vested in the Government. The facilities to which the Contractor has access belong to the Government and will not at any time be considered “Government Property” furnished to the contractor. B. The Contractor and its employees shall only conduct business covered by the contract during periods paid for by the Government, and will not conduct any other business on Government premises. Contractor personnel will abide by the normal rules and regulations applicable to the Government premises on which they work, including any applicable safety and security regulations. C. The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to his/her employees as may be necessary. The Contractor is also responsible for ensuring that his/her employees do not disturb papers on desks, open desk drawers or cabinets, or use Government telephones except as authorized. 5.01 PRICING INSTRUCTIONS A. The offeror shall submit a table, in spreadsheet format, showing all hardware and software necessary to meet the requirements of this proposal. B. The offeror shall list the make, model number of each hardware/software component, the quantity needed, the unit cost and the total cost for that item. C. The offeror shall identify and supply quantities, item costs, installation costs, and total cost for all equipment and software deemed necessary to support the requirements contained within this R.F.P. D. Any equipment, software, or service determined to be necessary to meet the requirements of this proposal that is not included by the requestor will be provided at an additional cost to the court by the selected contractor. E. The offeror shall provide a table showing all support costs as follows: 1. Maintenance cost per month for year two 2. Maintenance cost per month for year three 3. Time and materials maintenance hourly cost 5.02 EVALUATION /AWARD BASIS A. Proposals will first be evaluated on a pass/fail basis to determine compliance with the statement of work. B. Proposals will be further evaluated to determine the offer representing the best value to the court. The proposal selected for contract award, if any, will be the one determined with the lowest price technically acceptable.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c310f247c595d9f89cd480630a82b4f&tab=core&_cview=1)
 
Place of Performance
Address: US District Court, 333 Loams Blvd NW, Ste 270, Albuqueruque, New Mexico, 87114, United States
Zip Code: 87114
 
Record
SN01570448-W 20080511/080509220416-7c310f247c595d9f89cd480630a82b4f (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.