SOLICITATION NOTICE
58 -- Tandberg 1700 MXP VTC Equipment
- Notice Date
- 12/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Battle Creek, HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4707-12-Q-0018
- Archive Date
- 1/12/2012
- Point of Contact
- Amanda E. Geissler, Phone: 2699615466, David Stemple, Phone: 2699615372
- E-Mail Address
-
amanda.geissler@dla.mil, david.stemple@dla.mil
(amanda.geissler@dla.mil, david.stemple@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Logistics Agency Contracting Services Office -Battle Creek has a brand name requirement for Tandberg 1700 MXP Desktop VTC Units. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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 issued as a Request for Quote (RFQ) SP4707-12-Q-0018. Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.OB. are at destination, Battle Creek, Michigan. This requirement is set aside 100% for Small Businesses. The NAICS code is 517911 and the size standard is 1,500 employees. The single evaluation factor for award is lowest-price, technically acceptable. The resulting contract or order will be firm-fixed price. Only NEW equipment is being solicited. Remanufactured or refurbished equipment, as defined in FAR 11.001, is technically unacceptable. Trade-in or exchange of old equipment is not available. The requirement is being offered on a brand name only basis. In order to be considered technically acceptable, vendors must offer the equipment and software described below. In addition, offerors must be an authorized Tandberg seller/reseller. Offerors must provide proof that they are an authorized reseller with their submission or their quote may otherwise be found technically unacceptable. Offerors shall provide a price for each contract line item number (CLIN) in their quote. Offers with quantities of less than requested or products that differ from those requested will be deemed technically unacceptable. Line Item Part Number Brand Name Description Quantity 0001 CTS-1700-K9 Tandberg 1700 MXP, 2 ea 0002 CON-PMDN-CTS-1700 Tandberg MSTR 8X5XNBD, 1 year Customer Core Service Including updates and tech support, 2 ea 0003 SW-S50000-K9 SW Image Encrypted, 2 ea 0004 PWR-CORD-US-A Pwr Cord US 1.8m, Black YP-12 to YC-12, 2 ea 0005 LIC-1700-MS 1700 MXP MS Option, 2 ea 0006 LIC-1700-NPP Tandberg 1700 MXP Software Natural Presenter Package, 2 ea 0007 CTS-RMT-TRC4 Remote Control IV, 2 ea 0008 LIC-1700MXP 1700 MXP product id, 2 ea 0009 LIC-1700MXP-IP 1700 MXP 0/2M IP Option, 2 ea 0010 LIC-S50000-K9 License Key Software Encrypted, 2 ea Please include your CAGE code with your quote. Submit written questions regarding this acquisition to amanda.geissler@dla.mil no later than Friday, December 23, 2011, at 3 pm ET. Please place "SP4707-12-Q-0018" in the subject line of your email message. Questions received after Friday, December 23, 2011, at 3 pm ET, WILL NOT be answered. Telephone calls will NOT be accepted at any time. Offers are due by Wednesday, December 28, 2011, at 4 pm ET. Offers may be submitted by email to amanda.geissler@dla.mil or by fax (269) 961-4226. In accordance with FAR 6.302-1(c), the requirement is for Tandberg Desktop VTC units. This VTC Integrator Package will be a multi-standard capable system allowing use with NTSC, PAL and SECAM video formats. To ensure compatibility with existing hardware and software in the field and at Battle Creek, MI, these VTC desktop units and related equipment, must be provided by a Tandberg seller/reseller. The Tandberg maintenance and the other components have been identified as key components of the DLA Logistics Information Service - TIC server infrastructure. The following clauses/provisions are hereby incorporated by reference. Clauses may be accessed on the Internet at http://farsite.hill.af.mil. Instructions to Offerors -- Commercial Items (JUN 2008) -- FAR 52.212-1 Offeror Representations and Certifications -- Commercial Items (MAY 2011) -- FAR 52.212-3 Contract Terms and Conditions - Commercial Items FAR 52.212-4 (JUN 2010) Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items FAR 52.212-5 (AUG 2011) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (11) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (40) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008). (46) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (End of Clause) Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2011) -- 252.212-7001 (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (27)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (End of clause) 252.211-7006 Radio Frequency Identification (FEB 2007)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f480ae7de044d10988758756b8f1e3ca)
- Place of Performance
- Address: HDI Federal Center, 74 Washington Ave. N, Battle Creek, Michigan, 49037, United States
- Zip Code: 49037
- Record
- SN02642393-W 20111222/111220234235-f480ae7de044d10988758756b8f1e3ca (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 |