Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
MODIFICATION

70 -- Lifesize Room 220 Video-Teleconferencing Equipment

Notice Date
3/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0198
 
Archive Date
4/1/2010
 
Point of Contact
Keith Bubar, Phone: 3019758329
 
E-Mail Address
keith.bubar@nist.gov
(keith.bubar@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
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. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a size standard of 750 employees. This NAICS code contains a waiver to the Non-Manufacturer Rule. This procurement will be competed as a total small business set aside amongst authorized resellers/business partners of Lifesize Communications. The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. Section 508 of the Rehabilitation Act of 1973 does not apply to this acquisition because the EIT to be acquired is to be located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. Brand Name Justification: The US Department of Commerce, Economic Development Administration requires an 8-Port Internet protocol-based embedded Video-teleconferencing bridge to conduct video teleconferences between its headquarters offices and its six regional offices at a minimum resolution of 720P60. Market research shows that Lifesize Communications is the only manufacturer of video-teleconferencing equipment that offers this resolution. This market research was conducted by the end user via searches of the Internet and conversations with colleagues on the systems used in other DOC divisions. Lifesize Communications equipment provides superior voice quality at lower bandwidths, which allows high definition video teleconferencing without overconsumption of bandwidth. This is important because the EDA's VLAN is part of the Department of Commerce network and the EDA is not permitted unfettered access to unlimited bandwidth. The following specifications that are required are only offered by Lifesize-manufactured products: 768 KBPS for 720P30 1.1 MBPS for 720P60 1.7 MBPS for 1080P30 These specifications are the minimum specifications that will allow the EDA or receive the resolution and voice quality that is required for their video teleconferencing needs. Description of Requirement: This procurement is for the purchase of Lifesize Communications video-teleconferencing equipment for the US Department of Commerce, Economic Development Administration. The following is a detailed description of the products required. NOTE: There is a detailed list of delivery instructions in the "Delivery" section of this document. Each CLIN has a specific delivery location. CLIN 0001 Life Size Room 220 Codec Model LFZ-015 with Phone Mic and Hi-Definition Pan Tilt Camera Quantity: 1; Unit: Each CLIN 0002 LFZ-015 2-Year Extended Warranty with Advance Replacement on Codec and Camera Quantity: 1; Unit: Each CLIN 0003 Life Size Room 220 Codec Model LFZ-018 with Phone Mic and Hi-Definition Pan Tilt Camera Quantity: 7; Unit: Each CLIN 0004 LFZ-018 2-Year Extended Warranty with Advance Replacement on Codec and Camera Quantity: 7; Unit: Each I. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of offers. Submit signed and dated offers to the email address specified in this solicitation at the time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Evidence that the offeror meets the small business size standard of 750 employees associated with the NAICS code 334310. (6) Terms of any expressed warranty; (7) Price and discount terms; (8) "Remit to" address, if different than mailing address; (9) Acknowledgement of solicitation amendment; (10) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (11)Evidence that the offeror is authorized by Original Equipment Manufacturers (Lifesize Communications) to provide the required hardware and services, and (12) Include a statement specifying the extent of agreement with all terms, conditions, clauses and provisions included in the solicitation. This statement MUST also specify that the offeror agrees to comply with ALL of the delivery terms set forth in this solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it 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 offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Delivery: Delivery shall FOB Destination and shall be completed in accordance with the instructions detailed below: CLIN 0001 and CLIN 0002: Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 1401 CONSTITUTION AVE NW SWING SPACE LEVEL D WASHINGTON, DC 20230 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION JACKSON FEDERAL BUILDING RM 1890 915 SECOND AVE SEATTLE, WA 98174 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 504 LAVACA AVE STE 1100 AUSTIN, TX 78701 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 401 W PEACHTREE ST NW STE 1820 ATLANTA, GA 30308 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 410 17th ST STE 250 DENVER, CO 80202 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 111 N CANAL ST STE 855 CHICAGO, IL 60606 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 601 WALNUT ST STE 140 PHILADELPHIA, PA 19106 CLIN 0003 and 0004 Quantities: 1; Unit: Each Deliver To: ECONOMIC DEVELOPMENT ADMINISTRATION 1401 CONSTITUTION AVE NW SWING SPACE LEVEL D WASHINGTON, DC 20230 Quotation Submittal: All quotes shall be submitted so that they are received no later than 5:00 PM Eastern Time on March 17, 2010 at keith.bubar@nist.gov. Faxed quotes will not be accepted. Evaluation Factors for Award: The award will be made to the small business offeror whose technically acceptable quotation offers the lowest price. The purpose of the first Amendment to the solicitation, posted on March 9, 2010, is to state that Section 508 of the Rehabilitation Act of 1973 does NOT apply to this acquisition due to the exception set forth in the solicitation. Offerors do not need to submit evidence that the solution offered is compliant with Section 508 law.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0198/listing.html)
 
Place of Performance
Address: See detailed Delivery Instructions, Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN02087259-W 20100311/100309235202-02ae20e2d0abbb3828a787b3b4476e94 (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.