Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

N -- VIDEO TELECONFERENCE (VTC) INSTALLATION

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAA8144A002B
 
Archive Date
8/23/2008
 
Point of Contact
Julia E Johnson,, Phone: 5058464904, TSgt David Roux,, Phone: 505-846-4673
 
E-Mail Address
julia.johnson@kirtland.af.mil, david.roux@kirtland.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code is 334513, Size Standard 750 Employees. Solicitation/Purchase Requisition Number F2KBAA8144A002B is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The Government intends to one contract line item number: CLIN 0001 - Upgrade of Secure Video Teleconferencing (VTC), Kirtland AFB NM. Technical solution must be DISA, JITC and TEMPEST certified at the time proposal is submitted. To determine if your solution is certified please visit http://jitc.fhu.disa.mil/apl/dsn/apl_vtc.html This effort requires the vendor to provision, engineer, integrate, install and configure a secure/non-secure video teleconference (VTC) system at Kirtland AFB NM. The system shall provide a fully automated, secure/non-secure VTC switching system that supports period processing of H.320 VTC Calls between two security domains. The system must be both ISDN (H.320) and IP (H.323) capable to support current DISN Video System - Global (DVS-G) and future DISN Video System II (DVS-II) requirements. System must be DISA, JITC and TEMPEST certified and compatible with industry codecs supporting a serial interface (RS 530). The vendor shall integrate with a GFE Polycom VSX-8000, KIV-7M, 3 JVC AV36D302 displays, 1 (One) Mitsubishi HSU778 VHS, 1 (One) JVC S7800U/UC, 1 (One) Computer, 1 (One) Ceiling Camera, 1 (One) Sharp XG- MB55X projector, audio and Crestron Room system. The government will provide the vendor source code for the existing Crestron system. The vendor shall provision and upgrade existing government encryption devices to the KIV-7M. The vendor shall confirm connectivity operation to two off-site government, secure and non-secure VTC test locations defined by the customer, as well as, two non-secure commercial East Coast sites and one commercial West Coast site. The vendor shall ensure the VTC system, to include all internal functions, systems diagnostics, audio, video and network (at all available band-width speeds), and loop-back tests are operational and produce complete and accurate test results. The vendor shall provide a minimum of one (1) hard copy and one (1) electronic copy of Manufacturer, Installation and Operations manuals that include troubleshooting guidelines for each system. Vendor shall also provide an error code determination matrix, and product that details setup/configuration, system configuration charts, diagrams, blueprints, program source codes and cabling connections for each system. The vendor shall provide all booklets, periodicals, manuals for all of the hardware, software and electronic interfaces installed. Products shall include serial and model numbers of all components referenced, so the customer may reference the when making inquiries with the manufacturer. The vendor shall also provide an electronic bill of materials listing each individual piece of hardware, for RVIR life cycle accounting purposes. The vendor shall provide a "by item" breakout of all warranty supported components. The vendor shall specify warranty periods for all installed, integrated or new components. The vendor shall submit warranty information with proposal and update the warranty information at completion of project. Vendor shall include with the proposal a schedule of software updates applicable to this project. Vendor shall also provide details of how software upgrades will be released and installed and also provide warranty support information. If not covered under warranty or a maintenance agreement, vendor shall provide a cost breakout and consolidated price listing for these services. The vendor shall also identify, at time of proposal, any environmental restrictions or requirements that may necessitate the government or the vendor to modify real property. Examples of modifications are heating and ventilation ductwork, adjustments to air conditioning, or AC power requirements. Maintenance Support - Follow on support required: Telephone help desk support, Monday thru Friday, 7:30 a.m. - 4:30 p.m (MST). Vendor shall include provisions for express delivery of replacement parts covered under warranty. At project completion, vendor shall provide on site training in the use of the VTC for up to 3 (Three) government personnel. Training dates shall be coordinated with the end user after contract award. The following provisions and clauses apply to this procurement: FAR 52.211-6, FAR 52.212-1, 52.219-28 Instructions to Offerors-Commercial Items. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price and technical suitability. FAR 52.212-3 Offeror Representations and Certification-Commercial Items, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6;52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33; FAR 52.252-1, 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil AFFAR 5352.223-9001; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.225-7001, 252.225-7036 Alt I, 252.232-7003, 252.247-7023 Alt III, 252.204-7004 Alt A, 252.225-7002. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. If you require a site visit, please contact, Julia Johnson via e-mail no later than 6 August 2008 at 11:00 a.m. (MST), E-Mail: julia.johnson@kirtland.af.mil. All proposals are due no later than 8 August July 2008 (Mountain Standard Time) 1:00pm. Proposals may be E-mailed (preferred) to julia.johnson@kirtland.af.mil or mailed to 377 CONS/LGCA, ATTN: Julia Johnson, 2000 Wyoming Blvd., SE, Bldg 20604, Rm B-14, Kirtland AFB, NM 87117, or, faxed to (505) 846-8925 ATTN: Julia Johnson or call 846-4904 for Additional Information. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. Primary Point of Contact.: Julia E Johnson Secondary Point of Contact
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ee319b92a0b664fc1cc755407b7b9088&tab=core&_cview=1)
 
Place of Performance
Address: Kirtland AFB NM 87117, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01630096-W 20080806/080804221236-ee319b92a0b664fc1cc755407b7b9088 (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.