Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

70 -- Polycom Video Conferencing System

Notice Date
8/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1ATE01060A001
 
Archive Date
9/17/2011
 
Point of Contact
Alisa K. Davis, Phone: 3019812361
 
E-Mail Address
alisa.davis@afncr.af.mil
(alisa.davis@afncr.af.mil)
 
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F1ATE01060A001. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42. The North American Industry Classification System code is 334119 with a business size standard of 1000 employees. The proposed contract is 100 percent set-aside for small business. LINE ITEM 0001: Polycom HDX 4001 Desktop Video Teleconferencing System (Brand Name Or Equal) With the following specifications: Package Includes •People+Content TM, People+Content IP TM, People on Content TM and cables Video Standards & Protocols • H.264 • H.263++ • H.261 • H.239 / People+Content • H.263 & H.264 Video error concealment People Video Resolution • 720p, 30fps at 832 Kbps-4 Mbps (HDX 4002) • 4SIF (704 x 480)/4CIF (704 x 576) at 256 Kbps-832 Kbp (HDX 4002) • 4SIF (704 x 480)/4CIF (704 x 576) at 256 Kbps-4 Mbps (HDX 4001) • SIF (352 x 240), CIF (352 x 288) • QSIF (176 x 120), QCIF (176 x 144) Supported PC Input Resolutions • 1680 x1050, 1280 x 1024, 1280 x 720, 1024 x 768, 800 x 600 Display • 20.1" Widescreen LCD display • 1680 x 1050 Native resolution • 16:9 Aspect ratio Camera • 5 megapixel camera • 1280 x 720 video capture resolution • 65° FOV min • 2X digital zoom • EPTZ camera control • Privacy shutter Speakers • Frequency range: 85Hz-20kHz • Four built-in speakers Audio Standards & Protocols • Stereo Surround • 22 kHz bandwidth • 14 kHz bandwidth, G.722.1 Annex C • 7 kHz bandwidth with G.722, G.722.1 • 3.4 kHz bandwidth with G.711, G.728, G.729A • Automatic gain control • Automatic noise suppression • Instant adaptation echo cancellation • Audio error concealment • Headset input for privacy • Keyboard noise reduction • Live music mode Other ITU-Supported Standards • H.221 communications • H.224/H.281 far-end camera control • H.323 Annex Q far-end camera control • H.225, H.245, H.241, H.331 • H.239 dual stream • H.231 in multipoint calls • H.243 chair control • H.460 NAT/firewall traversal • BONDING, Mode 1 User Interface • Directory services • System management - Web-based - SNMP • CDR • International languages (17) • Wildcard language tool • USB software update Network • Interfaces- 2-port 10/100 auto NIC switch, RJ45 connectors - RJ11 analog phone connector • H.323 and/or SIP up to 4 Mbps • RS232 - Data pass-through - Closed caption • H.320 (optional) • Lost Packet Recovery TM (LPR TM ) - Reconfigurable MTU size (IP only) • Microsoft® ICE support Security • Microsoft® Office Communications Server integration • Secure Web • Security mode • AES FIPS 197, H.235V3 and H.233/234 • FIPS 140-2 Validation Certificate (#918) • IPv6 (DISA) • www.polycom.com/govcerts • Secure password authentication Options • MPPlus internal multipoint software for up to 4 sites Physical Characteristics • LCD with stand: - Display: 20.1" (H) x 21.9" (W) x 9.3" (D) - LCD: 20.1" diagonal - Stand: 12.8" (X) x 9.2" (D) • Base Box with removable stand: - 13.87" (H) x 5.08" (W) x 11" (D) QUANTITY: 1, UNIT PRICE tiny_mce_marker_____________; EXTENDED PRICE tiny_mce_marker_____________; DELIVERY TIME: __________. LINE ITEM 0002: Polycom HDX MPPlus Multipoint Software License QUANTITY: 1, UNIT PRICE tiny_mce_marker_____________; EXTENDED PRICE tiny_mce_marker_____________; DELIVERY TIME: __________. LINE ITEM 0003: Polycom 3-Year Total Coverage Maintenance and Service Agreement QUANTITY: 1, UNIT PRICE tiny_mce_marker______________; EXTENDED PRICE tiny_mce_marker____________; DELIVERY TIME: __________. New Equipment Only, No remanufactured products and No gray market. Quote is to include all fees, including shipping or freight costs, FOB Destination. Quote must be good for 30 days after due date. INSPECTION CONDITIONS AND TERMS : Delivery/Acceptance will be at JFHQ-NCR, J6, 103 Third Ave, SW, Bldg 39, 1st Floor, Fort McNair, DC 20319-5058, Attn Teresa O'Byrne (202) 685-2924 or Lt Todd Lombard (202) 685-0646. FAR PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial Items and the applicable Addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.237-1, 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. EVALUATION PROCEDURES, The Government will select the best overall offer based on price and ability to meet the brand name or equal specifications identified in the requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliant with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. FAR CLAUSES: The clause at 52.212-4 applies to this acquisition are as follows: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.223-6, 52.223-11, 52.232-18, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001: 252.225-7001, 252.232-7003, 252.247-7003, ALT III, and 5352.201-9101: (c) Col. Timothy Applegate. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 ALT I, 52.222-3, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, 2.233-3 and 52.233-4 apply to this acquisition. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil.All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All written quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 2 September 2011 by e-mail to alisa.davis@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Delivery: JFHQ-NCR J6 Attn: Teresa O'Byrne 103 Third Ave SW Bldg 39, 1st Floor Fort McNair, DC 20319-5058 Delivery Date: 60 days after date of Award All questions concerning this solicitation should be addressed in writing to SSgt Alisa K Davis, Contract Specialist, Phone (301) 981-2361 via e-mail to alisa.davis@afncr.af.mil, no later than 31 August 2011, 11:00 A.M. Eastern Standard Time (EST). An alternate contact is Stephanie Snyder, Contracting Officer, Phone (240) 857-4711 or email stephanie.snyder@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1ATE01060A001/listing.html)
 
Place of Performance
Address: JFHQ-NCR J6, Attn: Teresa O’Byrne, 103 Third Ave SW, Bldg 39, 1st Floor, Fort McNair, DC 20319-5058, Fort McNair, District of Columbia, 20319-5058, United States
Zip Code: 20319-5058
 
Record
SN02533176-W 20110814/110813000545-b36f99318e2255d8a37646feb030553f (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.