MODIFICATION
58 -- JWICS VTC Equipment
- Notice Date
- 8/18/2009
- Notice Type
- Modification/Amendment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-09-T-0019S
- Archive Date
- 8/28/2009
- Point of Contact
- Whitney Brown, Phone: 757-225-7709, M. Joy de Lande, Phone: 757-225-7724
- E-Mail Address
-
whitney.brown@langley.af.mil, joy.delande@langley.af.mil
(whitney.brown@langley.af.mil, joy.delande@langley.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNPOSIS/SOLICITATION CHANGES TO THIS REQUIREMENT ARE SHOWN IN BOLD BELOW. IN ADDITION, ONE LINE ITEM HAS BEEN REMOVED (TANDBERG 6000MXP MULTISUITE SOFTWARE - 119177MS) REVISED QUOTES ARE DUE NLT 2:00PM EST, 25 AUG 2009 SEE ATTACHED QUESTIONS AND ANSWERS FOR ADDITIONAL INFORMATION REGARDING THIS REQUIREMENT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) and is set-aside 100% for SDVOSB. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-34, effective 1 July 2009. All responsible sources may submit a quotation which shall be considered. Prospective offerors must be CCR registered and must complete the ORCA on-line representation or provide a copy of their representation and certification as required by FAR Clause 52.212-3. 1. Description: The government requires video teleconferencing (VTC) systems in support of ACC's Combat Air Force (CAF) lead role in meeting Air Force Global Strike Command (AFGSC) requirements for secure VTC transmissions. These VTC systems are to be delivered and installed at Air Force installations and follow on support is required. The eight (8) secure VTC systems (four VTC desktops and four VTC suites) are manufactured by TANDBERG are outlined below. Request brand name or equal. If providing an or equal item, the quote must state the items are an or equal and the prospective offeror has the responsibility to ensure that any or equal items proposed are bonafide or equal to the items requested and must provide any descriptive literature and/or specifications with their quote by the specified due date for receipt of quotes, to assist in the evaluation of their or equal offer. All items below must be certified and accredited by the Defense Intelligence Agency (DIA) for use on the DIA JWICS network. Offerors must provide evidence of DIA approval showing that the system was tested and approved by DIA for use on the DIA JWICS network. Items a-d (Tandberg 1700 MXP items) must be on the Department of Information Systems Agency DOD Approved Products Listing and have an Interoperability Certification associated with them. Offerors must provide evidence of approval and interoperability. Items e-j (Tandberg 6000 MXP items) must be interoperable with the existing Tandberg Studio VTCs (Tandberg 3000 MXP suite, Tandberg 6000 MXP suite, Tandberg 8000 MXP suite) that are currently fielded within ACC and AFGSC. Offerors must provide evidence of interoperability with the existing Tandberg Studio VTCs. A current/active Top Secret security clearance is required for the person(s) installing the 6000MXP series items. No security clearance is required for installation of the other items. In addition, the salient characteristics for this requirement are as follows: All JWICS Video Teleconferencing equipment should use H.264 video coding (AVC/MPEG 4 Part 10); ITU-T Video Conferencing Standards (H.323); Picture Resolution: CIF Common Intermediate Format (352x288), 4 x CIF 4 X Common Intermediate Format (704x576); Picture Frequency (30 Frames Per Second); Audio Standards (G.722 7 Khz @ 48 or 56 Kbps/G.722.1 7 Khz @ 24 or 32 Kbps/G.728 3.1 Khz @ 16 Kbps/Full duplex acoustic echo cancellation, noise reduction algorithms, automatic gain control). Items and quantities required are: a) TANDBERG 1700MXP (115300) - Qty 4 each b) TANDBERG 1700MXP Natural Presenter Package (NPP) (115358NPP) - Qty 4 each c) TANDBERG Software Multi-suite Option (115358MS) - Qty 4 each d) TANDBERG 1700MXP Customer Core Service 1Yr contract (115300V31D) - Qty 4 each e) TANDBERG 6000 MXP Profile Single 50" Plasma w/Precision HD Camera (118935) - Qty 4 each f) TANDBERG 6000 MXP Natural Presenter Package (NPP) (119177NPP) - Qty 4 each g) TANDBERG 6000 MXP 2 Mbps ISDN/Ext.Net w./6Mbps IP (1191783) - Qty 4 each h) Wheel Base option for TANDBERG 6000 MXP Profile Single 50" (117333) - Qty 4 each i) TANDBERG 6000 MXP Profile - Single 50" with TANDBERG Precision HD Camera Domestic Core Service (119177V31D) - Qty 4 each j) TANDBERG 6000 MXP On-Site Installation & Training (115880V07D) - Qty 4 each 2. Delivery Instructions: A quantity of one (1) of each item will be delivered to Minot AFB, ND and Whiteman AFB, MO, and two (2) each to Barksdale AFB, LA. Specific addresses will be given at time of award. Prices must be submitted based on FOB Destination prices. Delivery: 30 Day ARO FOB Destination 3. EVALUATION: The requirement will be evaluated based on lowest price technically acceptable. The following provisions and Clauses are applicable but are not all inclusive: a. 52.211-6 Brand name or Equal b. 52.212-1 Instructions to Offerors - Commercial c. 52.212-2 Evaluation - Commercial Items (a)-evaluation will be based on lowest price technically acceptable d. 52.212-3 Offeror Representations and Certifications Please include a completed copy of 52.212-3 or complete at https://orca.bpn.gov/ e. 52.212-4 Contract Terms and Conditions - Commercial Items f. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following FAR clauses cited within 52.212-5 are applicable to this acquisition: (b) 1, 8(ii), 17, 18, 19, 20, 31, 34, 39 g. 52.247-34 F.O.B. Destination h. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR clauses cited within 252.212-7001 are applicable to this acquisition: a, b(5), b(18) i. 252.232-7003 Electronic Submission of Payment Requests j. 252.246-7000 Material Inspection and Receiving Report 4. Commercial Warranty applies: Please identify any additional warranty information 5. GSA or Open Market: Please indicate if your quote is open market or on the GSA Schedule (provide specific schedule) Quotes will be accepted via email only. Email whitney.brown@langley.af.mil NLT 25 Aug 09, 2:00 PM Eastern Standard time. Questions regarding this RFQ can be directed to Capt Whitney Brown Phone: 757-225-7709. Recommend you call to verify receipt of quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-09-T-0019S/listing.html)
- Place of Performance
- Address: Barksdale AFB, LA; Minot, ND; Whiteman AFB, MO, United States
- Record
- SN01915712-W 20090820/090819000027-11f0aeffb75e12fe79975145ab4456f8 (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 |