Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2008 FBO #2498
SOLICITATION NOTICE

70 -- Video Teleconference Equipment (VTC)

Notice Date
9/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, 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-0019
 
Response Due
9/30/2008
 
Archive Date
11/29/2008
 
Point of Contact
Marie Tornai, 719-554-8446<br />
 
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 W91260-08-T-0019 and is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: Video Teleconference Equipment (VTC) for US Army SMDC/ARSTRAT, Colorado Springs, Co. 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 instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within 30 calendar days after receipt of order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0081. Offerors shall structure their proposal to include a price for: No#ItemModel NumberPart NumberQTY 1Adtran ISU-512 U1202086L11 2Adtran, Rackmount Blank Plate1200202L21 3Adtran, Rackmount for ISU-5121200202L11 4CDW, Apple USB Power AdapterMB352LL/A15251104 5Avocent SwitchView Secure KVM SwitchSC4UAD-0011 6Avocent, DVI-I, USB, 2 Audio Cable, 6'CBL00252 7Avocent, Female DVI-I to Male HD15 VGA Adapter2 VAD-28 8Avocent, DVI-I to Female HD15 VGA AdapterVAD-272 9APC, Back-UPS ES BE350R2 10Black Box, Rackmount Power StripPS188A3 11Black Box, DB9 ABC SwitchSWL030A-MMF1 12Cables To Go, Cable Tie Mount, Pkg 25430472 13Cables To Go, Hook and Loop Cable Straps,Black, 6', Pkg 125 29858 14Cables To Go, 5ft Extension Cord, (NEMA 5-15P to 5-15R)7 29931 15CIS Secure Systems, Security Switch with Dial Isolator1 DTD-530S-DI 16 CIS Secure Systems, Polycom Y RS530/RS366 Cable, 5'1 DTD-CAPC-01 17CIS Secure Systems, RS530 Cable, 5' DTD-CAMF-111 18CIS Secure Systems, RS366 Cable, 5' DTD-CADI-001 19CIS Secure Systems, KIV-7 Red I/O Cable, 2' 1 DTD-CA7B-01 20CIS Secure Systems, KIV-7 Black I/O Cable, 2' 1 DTD-CA7B-02 21Criticom,Dual Slot, KIV-7 RackmountCC-3014-TR1 22Extron AAP Blank Plate Double, Black70-090-121 23Extron AAP Blank Plate Single, Black70-090-111 24Extron MediaLink ControllerMLC 226 IP L60-600-321 25Extron, Nine-Button Adapter Plate, Black2 CM-9BLB70-494-02 26Extron MediaLink Controller Rack MountUCM RAAP1 70-344-02 27Extron RJ45 Barrel Plate70-402-114 28Extron Handheld IR RemoteIR 40270-207-011 29Extron, IR SensorIR Sensor70-223-011 30Extron, IR Signal RepeaterIRL 2060-580-011 31Extron, Media Presentation Matrix Switcher1 MPX 423 A60-683-01 32Extron, Eight Output VGA & Audio DAP/2 DA8 A1 60-891-01 33Extron, Basic Rack Shelf, 9.5 inchRSB 1292 60-604-01 34Extron, Universal Rack Shelf, 9.5 inch2 RSU 12960-190-01 35Extron, 2 Gang, Architectural PlateAAP 1021 60-300-02 36Extron, AAP Plate, 15-pin HD Female, 3.5mm Stereo Jack2 70-101-73 37Extron, AAP Plate, Rackmount, Half Width1 AAP 20160-302-02 38FiberPlex, Power SupplyPSQ-3910PSQ-39101 39FiberPlex, Telephone Disconnect Unit1 TDU-4000RTDU-4000R 40Konexx, Konference Connector, STE MOD10910STE2 41Lorell, Compact Workstation Desk, 40 inch x 24 inch x 32 inch, Mahogany601391 42Liberty Cable, Universal Control Cable, 1 pair 22 AWG shielded, 2 conductor 18 AWG, Plenum100 LLINX-U-P 43Liberty Cable, USB (a-b) Cable, 3'E-USBAB-32 44Liberty Cable, 2 Gang, Cable AccessPC-G2900-EPC1 45Liberty Cable, VGA-M & 3.5mm Stereo Cable, 6'4 E-MVGAMAM-M-6 46Liberty Cable, VGA-M Cable, 50'E-VGAM-F-502 47Liberty Cable, Component RCA, 12'Z100CV3FT1 48Liberty Cable, Dual RCA Cable, 12' Z100A12FT1 49Liberty Cable, BNC-M to RCA-F adapter32-3109BU3 50Liberty Cable, 3.5mm Stereo Cable, 12'Z100AM12FT1 51Middle Atlantic, Standard Rack Screw, Bag of 100HP1 52Middle Atlantic RSH Rack Mount, 3RU1 RSH4A3M PANASONIC DMREZ47V 53Middle Atlantic Blank Panel, 1RUSB1SB11 54Middle Atlantic Blank Panel, 2RUSB2SB23 55Middle Atlantic Rack Drawer, 2RUUD2UD21 56Middle Atlantic, Foam Insert FI-2FI-21 57Middle Atlantic RSH Rack Mount, 2RURSH4S RSH4S-Custom #11 58Middle Atlantic RSH Rack Mount, 2RURSH4S1 RSH4S-Custom #3 59Middle Atlantic RSH Rack Mount, 3RURSH4S1 RSH4S Custom #2 60Sharp, 52 inch LCD TelevisionLC-52D64U2 61Newark, Power Cord, 10'93K25944 62Newark, DB9, Connector Hood, Metal73K296415 63Newark, NEMA 5-15P Plug 35B77510 64Newark, DB9F Crimp Connector93F88735 65Newark, DB9M Crimp Connector93F88725 66Pansonic, DMR-EZ48VK DVD Recorder, VCR, Digital Tuner1 MR-EZ48VK 67P.I. Engineering USB ExtenderXK-280-XTN2 68Polycom, HDX Microphone Array, with 25' Cable2 2457-23716-001 69Polycom, HDX Microphone Cable, 15'1 2457-23215-001 70Polycom HDX 9004 XL HD package1 2200-23500-001 71Polycom, DVI to VGA Cable, 4.5'2457-23792-0013 72Polycom, Serial Network Module for HDX 90001 2215-23366-001 73Pulizzi Power Cable010-9334010-93341 74Pulizzi Power ControllerIPC3402IPC34021 75Sound-Craft Systems, Custom CredenzaKSK082307-2R41 76SurgeX Power ConditionerSA821 77SurgeX Power ConditionerSX11151 78Xantech, Dual Blink IR Mouse Emitter286M1 79Vaddio Camera Mount for Polycom Eagle Eye Camera1 535-2000-221 80 40 hours, certified Technology Specialist (CTS) Certified Systems Installer, Install-ESIAdditional Information: Installer to augment Government Lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation 81 12 hours, Certified Technology Specialist (CTS-I) Certified AV Systems Engineer/Certified Extron MediaLink Installer, Engineer-ESI Additional Information: Installer to augment Government Lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation. 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. Manufacturer'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 30 calendar days after receipt of order. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, 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 receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 9:00 AM, Mountain Time, 30 September 2008. Award is anticipated no later than 30 September 2008. Payment of 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 offers: (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 beat the required delivery date for all items described in CLINs 0001 - 0081 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 information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. 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 Representations 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 Executive 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 Handicapped 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 American Free Trade Agreement Implementation Act-Balance of Payments Program, and FAR clause 52.222-41, Service Contract Act of 1965. 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/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it 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 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 9:00 AM (Mountain Time) on 30 September 2008. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446, fax (719) 554-8442 or at e-mail marie.tornai@smdc-cs.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d62bab5229b872b41f4466977d0633d&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01682715-W 20080928/080926215852-7d62bab5229b872b41f4466977d0633d (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.