Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

70 -- Vocollect Headsets/Accessories and Maintenance - Redacted J&A

Notice Date
2/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus 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
MPLSBEI2033001
 
Archive Date
3/20/2012
 
Point of Contact
Michelle R Crain, Phone: 618-229-2566
 
E-Mail Address
michelle.crain@disa.mil
(michelle.crain@disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A Reference#: MPLSBEI2033001 The Defense Information Technology Contracting Organization (DITCO), IT Contracting Division, Hardware 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. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55.The applicable NAICS code is 334210. The business size standard is 1000 employees. The Federal Supply Class (FSC) is 7035. This acquisition is for the purchase of Volcollect Headsets, accessories, and hardware/software maintenance for FY12. Manufactured by: Vocollect and authorized resellers. This requirement is for the Defense Commissary Agency. All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is not set-aside. 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. Vendors providing pricing must be authorized resellers of the OEM. Quotes must be for brand name equipment. Partial quotes will not be accepted. Shipping is FOB Destination. All quotes are due NLT 05 March 2012. Please contact Michelle.Crain@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: Lowest Price Technically Acceptable. 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)_______________________________________ Vocollect Talkman T5 Terminals with accessories Hardware (new) 1. Talkman T5 (TT-700-100) 5083 - KCS Qty 20 2. T5 High Performance Battery (BT-700) 5083 - KCS Qty 20 3. T5 10 Bay Combo Charger, US - 5 T5 slots and 5 spare battery slots (CM-700-1) 5083 - KCS Qty 4 4. Charger, T5 Single Combination Bay (CM-700-2) 5083 - KCS Qty 1 5. Headset, SR-30 Talkman High Noise (HD-702-1) 5083 - KCS 20 Software (new) 6. Vocollect VoiceConsole V3.1.1 Site License (per device) (SW-VCONS-3.1.1-SITE-LICS) 5083 - KCS Qty 20 7. Vocollect Voice Client for Talkman T5 V3.7.1 (SW-VCLIENT-T5-3.7.1-SITE-LICS 5083 - KCS Qty 20 8. Vocollect VoiceDirect V2.2 for MA Task Client (SW-VDIR-ALL-2.2-SITE-LICS 5083 - KCS Qty 20 Software Maintenance (new) 9. Vocollect VoiceDirect Standard 1 Year Software Support Plan (SWS-VDIR-SUPRT-1YR) 5083 - KCS Qty 20 10. Vocollect VoiceConsole Standard 1 Year Software Support Plan (SWS-VCONS-SUPRT-1YR) 5083 - KCS Qty 20 11. Vocollect VoiceClient Standard 1 Year Software Support Plan (SWS-VCLIENT-SUPRT-1YR) 5083 - KCS Qty 20 Software Maintenance for previously purchased HW 12. Vocollect VoiceDirect® Standard 1 Year Software Support Plan (SWS-VDIR-SUPRT-1YR) 5120 - existing HW Qty 100 13. Vocollect VoiceConsole® Standard 1 Year Software Support Plan (SWS-VCONS-SUPRT-1YR) 5120 - existing HW Qty 100 14. Vocollect VoiceClient® Standard 1 Year Software Support Plan (SWS-VCLIENT-SUPRT-1YR) 5120 - existing HW Qty 100 15. Talkman® T5 Wearable Computer Standard Support-1 Year (HWS-TT-700-100-STD-REN 5123 Qty 100 16. 10-Bay Combination Charger, T5 Standard Support-1 Year (HWS-CM-700-1-STD-REN 5123 Qty 20 17. Headset, Vocollect® SR Series Standard Support-1 Year (HWS-HD-7XX-STD-REN) 5123 Qty 478 A Support Reinstatement fee may apply. Required Delivery: 30 days ARO Delivery Address: DeCA HQ 1300 E Avenue Fort Lee, VA 23801 The following provisions apply to this requirement: FAR 52.204-7 Central Contractor Registration, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.222-50 Combating Trafficking in Persons, 52.223-18 Enc ouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination D FARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.203-7003 Control Of Government Personnel Work Product, 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7004 Alt, Central Contractor Registration, Alternate A, 252.204-7003 Control of Government Personnel Work Product, 252.204-7008 Export-Controlled Items 252.211-7003 Item Identification and Valuation, 252.211-7008 Use of Government-Assigned Serial Numbers 252.225-7000 Buy American Act--Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.247-7023 Transportation of Supplies by Sea (Alternate III), The following provisions and clauses will be incorporated by full text: 52.204-9000 Points of Contact, 52.204-9001 Contract/Order Closeout-Fixed-Price, Time-and-Materials, or Labor-Hours, 52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI), 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders- Commercial Items, 52.219-1 Small Business Program Representation (Alternate 1), 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 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, 52.232-9000 Wide Area Workflow, 252.204-7006 Billing Instructions, 252.212-7000 Offeror Representations and Certifications-Commercial Items, 252-212-7001 Contract Terms and Conditions,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MPLSBEI2033001/listing.html)
 
Place of Performance
Address: Defense Commissary Agency, 1300 E. Avenue, Fort Lee, Virginia, 23860, United States
Zip Code: 23860
 
Record
SN02685055-W 20120301/120228235427-9dd08bc4e5649dd025d09901910fb2c7 (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.