SOLICITATION NOTICE
70 -- VTC Capability Equipment: DJTMZ9D409
- Notice Date
- 9/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- DJTMZ9D409
- Archive Date
- 10/9/2009
- Point of Contact
- Andrea L Zurliene, Phone: 618-229-9686
- E-Mail Address
-
andrea.zurliene@disa.mil
(andrea.zurliene@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- BRAND NAME OR EQUAL Reference #: DJTMZ9D409 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware/Software Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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 acquisition is for the purchase of VTC capability equipment and installation. This requirement is not set-aside. All quotes must be from vendors who are authorized resellers of the OEM. The use of credit card is the intended method of payment. If you do not accept credit card payments, you must be registered in Wide Area Work Flow (WAWF). Please note the method of payment in your quote. The delivery date of this award is 30 days after date of award. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Please see the Equipment list for complete description. All quotes are due NLT 24 September 2009, 5:00 pm CST. Please contact andrea.zurliene@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS (1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ ITEM # DESCRIPTION QTY UNIT 1 114144, Tandberg Portable 3000 V.35 MXP Base model (384 kpbs V.35/2 Mbps IP) (Includes required service from Tandberg) 1 EA 2 114456NPP, Tandberg Portable 3000 V. 35 MXP Natural Presenter Package(NPP) 1 EA 3 ISDN Inverse Multiplexer; ISU 512; U-Interface 1 EA 4 Dual Unit KIV-7 Housing with 2 Power Supplies 1 EA 5 Isolated RS-530 Switch w/RS366 Dial Isolater 1 EA 6 Remote Status Display for DTD-FT221/530 1 EA 7 Cable Assy, KIV-7M RS-530 Red 1 EA 8 Cable Assy, KIV-7M RS-530 Black 1 EA 9 Cable Assy, DB-25P, DB-25P 1 EA 10 Dial Isolator Cable 1 EA 11 Tandberg Cable Set; Y-Cable Assy 1 EA 12 Middle Atlantic Model PTRK-1426MDK rack with Locking plexiglass doors 1 EA 13 Rear rack rails 1 EA 14 Rack Screws 1 EA 15 Lacing Bar "L" 1 EA 16 Lacing Bar Offset 1 EA 17 On-Site Installation/Implementation 1 EA The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.239-1 Privacy or Security Safeguards, 52.222-22 Previous Contracts & Compliance Reports, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and FAR clauses are up to date thru FAC 2005-36. 508 Information: a. Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies acquiring Electronic and Information Technology (EIT) to ensure that Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. b. All EIT procured under this contract/order must meet the following 36 CFR 1194 accessibility standards. The full text of the accessibility standards is available at: http://www.accessboard.gov/sec508standards.htm Technical Standards _X_ 1194.21 - Software Applications and Operating Systems ___ 1194.22 - Web Based Intranet and Internet Information and Applications. _X_ 1194.23 - Telecommunications Products. _X_ 1194.24 - Video and Multimedia Products. ___ 1194.25 - Self-Contained, Closed Products. ___ 1194.26 - Desktop and Portable Computers ___ 1194.41 - Information, Documentation and Support _X_ 1194.31 - Functional Performance Criteria
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DJTMZ9D409/listing.html)
- Place of Performance
- Address: JITC, 3341 Strauss Ave; Suite 236, Indian Head, Maryland, 20640, United States
- Zip Code: 20640
- Zip Code: 20640
- Record
- SN01965149-W 20090924/090923001022-05ea8d933db2fb7653f559db4bcc442a (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 |