SOLICITATION NOTICE
58 -- VTC Upgrade with Installation
- Notice Date
- 9/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330010Q0230
- Archive Date
- 3/31/2011
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulations (FAR) 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 is a Request for Quote (RFQ) and the solicitation number is SP33300-10-Q-0230. DLA Information Operations (J6U) located at Hill AFB, UT has a requirement to upgrade a Video Telecommunication (VTC) system with Brand Name Tandberg, Inc. endpoint components and Brand Name or Equal VTC non-endpoint components. Brand name justification: DLA Information Operation requires the purchase of Tandberg software and equipment in support of the DLA Enterprise Telecommunication Network (ETN). The ETN has been designed and fielded to support DLA communications mission requirements. The ETN has been designed such that it is standardized and can be modified and adapted to meet the changing needs of the Agency while still maintaining information security requirements. The ETN is centrally managed, thereby providing DLA with the capability of monitoring and troubleshooting in response to real world threats and taskings from DOD Joint Task Force-Global Network Operations (JTF-GNO). Tandberg, Inc. components covered by the Brand Name Justification: Tandberg Part number 115920 - HD Integrator Package 6000 MXP Tandberg part number 113828MS - Codec 6000 MXP Multisite Tandberg part number 113828NPP - Codec 6000 MXP Natural Presenter Package Tandberg part number 116460 - Video Switch This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 Aug 2010, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100908 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-38. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Offerors must provide documentation or a letter from Tandberg, Inc. that demonstrates that they are authorized Tandberg dealers or distributors to be eligible for award. Required delivery, installation, and training are to be completed within sixty (60) days from date of award. The contractor is to provide all materials, equipment, labor, and supplies to complete the VTC upgrade. This acquisition is being issued unrestricted to business size.. The NAICS code applicable to this acquisition is 334310 and the small business size standard is 750 employees. The requirement consists of the following: CLIN 0001 - VTC Components Video Telecommunication (VTC) components for both Brand name Tandberg, Inc. VTC endpoints and Brand Name or Equal non-endpoint VTC components. All prices shall be delivered prices. Required delivery and completion of the project is sixty (60) days from the date of the award. CLIN 0001AA - HD Integrator Package 6000 MXP Brand Name Tandberg Part number 115920 HDIntegrator Package with 6000 MXP Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AB - Tandberg 6000 MXP MultiSite Brand Name Tandberg Part number 113828MS Codec 6000 MXP MultiSite (MS) (Requires NPP) Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AC - Tandberg 6000 MXP NPP Brand Name Tandberg Part Number 113828NPP Codec 6000 MXP Natural Presenter Package (NPP) Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AD - Tandberg Video Switch Brand Name Tandberg Part Number 116460 Tandberg Video Switch. Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AE - Controller Brand Name or Equal AMX Model Number NI-3101-SIG Signature Series NetLinx® Integrated Controller Government Minimum salient characteristics: 6 Configurable RS-232 /RS-422/RS-485 Serial Ports 8 Relays 8 IR/Serial ports 8 Digital I/O ports 2 Communication Networks: AxLink and 10/100 Ethernet (TCP/IP) Integrated USB Programming port 404 MIPS processor speed 64 MB RAM 256 MB Flash Memory 1 MB Non-Volatile Memory Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AF - IR Touch Panel Brand Name or Equal AMX Model Number MVP-5100 5.2" Modero ViewPoint IR Touch Panel Part Number FG5966-08 Governments Minimum Salient Characteristics: IR Signal Communications Controls up to 10 devices within the room Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AG - Digital Signal Processor - DSP Brand Name or Equal BIAMP Nexia TC Telecommunications DSP Governments Minimum Salient Characteristics: Wideband AEC balanced mic/line inputs Standard balanced mic/line inputs Balanced mic/line outputs Telephone interface with line & set connections Ethernet port for software configuration/control Serial port for third-party RS-232 remote control Remote control bus for dedicated control panels Filters, crossovers, Dynamics, Routers, Delays, controls, meters, generators, and diagnostics Initiation of outgoing calls Caller ID reception Call progress detection Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0001AH - Wall Charging Unit for Touch Panel Brand Name or Equal AMX MVP-WCS-52 Wall Charging Station for all 5.2" Modero® Touch Panel Part number FG5966-12 Government's Minimum Salient Characteristics: Securing Magnets Interface connector pins Support cradlesecurity release pushbutton Quantity: 1 EA Unit Price/EA: $______________ Ext Price: $_______________ CLIN 0002 - Maintenance CLIN 0002AA - One Year Codec 6000 Maintenance One (1) Year Maintenance for Tandberg Codec 6000 MXP. Domestic Customer Core Service Codec 6000 MXP (Tandberg equivalent part number 113545V31D) Quantity: 1 LOT Price: $_______________ CLIN 0002AB - One Year Video Switch Maintenance 1 Year Maintenance for Tandberg Video Switch. Domestic Customer Core Service Tandberg Video Switch (Tandberg equivalent part number 116460V31D) Quantity: 1 LOT Price: $_______________ CLIN 0003 - Installation and Training The contractor shall provide all labor, materials, and equipment to stall and provide training on the new equipment. The contractor shall provide two-hour training on the newly installed equipment for two people. Quantity: 1 LOT Price: $______________ Total Price: $_____________________________________ Deliver to and Place of Performance J6U Information Operations 5851 F. Ave Bldg 849 Room A68 HAFB, UT 84056 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. If payment by Government Credit Card is acceptable, the contractor shall make a similar statement on their offer. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards.   NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. FAR 52.211-6 Brand Name or Equal DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 3. Descriptive literature for offering other than Brand Name or Equal components. The descriptive literature shall be used to evaluate the offered product compared to the Government's minimum salient characteristic. Descriptive literature means information provided by an offeror, such as cuts, illustrations, drawings, and brochures, which shows a product's characteristics or construction of a product or explains its operation. The term includes only that information needed to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. 4. Authorized Tandberg, Inc. dealer or distributor: The offer shall provide a letter from Tandberg, Inc. or other documentation that demonstrates the offeror is an authorized dealer or distributor for Tandberg, Inc. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the lowest priced technically acceptable offer. Technical evaluation: Technical evaluations will be evaluated on a "Pass" or "Fail" basis. Authorized Tandberg, Inc. dealer or distributor Technical Evaluation: An offer will be found acceptable and receive an evaluation of "Pass" by providing a copy of a letter from Tandberg, Inc. or other documentation that demonstrates the offeror is an authorized dealer or distributor. Offerors failing to provide documentation that they are an authorized dealer or distributor for Tandberg, Inc. shall be considered nonresponsive and receive an evaluation of "Fail". The Contracting Officer is not required to request missing information. Offers receiving an evaluation of "Pass" shall be evaluated for Brand Name or Equal components for non-Tandberg components. Brand Name or Equal Evaluation: The evaluation only pertains to the non-Tandberg Brand name or Equal components. Brand name or equal components shall be subjectively evaluated in accordance with provision FAR 52.211-6 - Brand Name or Equal. Price: Only offers receiving an overall technical evaluation of "Pass" shall be evaluated for price. The total price will be used to evaluate the lowest price. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.228-5 -- Insurance -- Work on a Government Installation (JAN 1997) FAR 52.247-34 FOB Destination DFARS 252.201-7000 Contracting Officer's Representative (DEC 1991) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DLAD 52.228-9000 Insurance (FEB 2005) - DLAD The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability - Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) DDC 52.239-9W02 ACCESSIBILITY OF E&IT PRODUCTS TO PEOPLE WITH DISABILITIES (SECTION 508 OF THE REHABILITATION ACT) (FEB 2007) Unless otherwise specified, all products (supplies or services) furnished under this contract shall comply with the applicable Electronic and Information Technology (E&IT) Accessibility Standards at 36 CFR part 1194. (End of Clause) DDC 52.223-9W07 ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION (FEB 2007) Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. (End of Clause) DDC 52.247-9W08 MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB2007) Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. (End of Clause) DDC 52.232-9W09 INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD (JUN 2007) This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". (End of Clause) DDC 52.232-9W10 INSTRUCTION FOR PAYMENT BY DFAS (JUN 2007) This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: DFAS - ATTN: DFAS-CVDAAD/CO P.O. Box 369016 Columbus, OH 43236-9016 email: DFAS-CO_LC@dfas.mil Phone: 800-756-4571 - select option 2 and then option 2. Check payment status on the web at www.dod.mil/dfas under "Money Matters." (End of Clause) DDC 52.237-9W21 MANAGEMENT OF CONTRACTOR EMPLOYEES (MAR 2007) The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement/Statement Of Work. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36, Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.247-7023, Transportation of Supplies by Sea Alternate III Offerors responding to this announcement shall submit their quotations via FAX to Alan Noble, 717-770-4192 or e-mail to Alan.Noble@dla.mil. All quotes must be received by September 24, 2010 by 12:00 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330010Q0230/listing.html)
- Place of Performance
- Address: DLA Information Operations (J6U), HAFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02282374-W 20100917/100915235546-cd905600203c61f9329fc011e920fdcd (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 |