Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

59 -- LifeSize Brand Name Video Conferencing Equipment - Word Version of Combined Synopsis/Solicitation - Brand Name Justification

Notice Date
6/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3EC2094A001
 
Archive Date
7/10/2012
 
Point of Contact
William StPierre, Phone: 907-552-7168
 
E-Mail Address
william.stpierre@elmendorf.af.mil
(william.stpierre@elmendorf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Letter for LifeSize Here is the Word format for the Synopsis/Solicitation. Utilizing this document is suggested. COMBINED SYNOPSIS/SOLICIATION FOR LIFESIZE BRAND NAME ITEMS 1) 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; proposals are being requested and a written solicitation will not be issued. 2) Solicitation F1W3EC2094A001 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 effective 18 May 2012. The DFARS provisions and clauses are those in effect to DPN 20120522 effective 22 May 2012. 4) This solicitation is for Brand Name items only. This procurement is issued as "Other than full and open competition" on an "unrestricted" basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310. 5) Line Items: Item Qty (ea) ________________________________________ ________ Line Item Description Qty Unit Unit Price Extended Price 0001 Lifesize Express 220- Camera 200- MicPod- SGP (PN#1000-000S-1132) 4 EA 0002 Lifesize Express 220 Software Maintenance Assurance 1 Yr (PN#1000-2100-1132 / 1000-21E0-1132) 4 EA 0003 Lifesize Camera 10X- w/ Partner Assurance Maintenance Services (PN#1000-2100-0410 / 1000-21E0-0410) 1 EA 0004 Lifesize Room 220- 10x- Phone- SPG (PN#1000-000S-1134) 1 EA 0005 Lifesize Room 220 Software Maintenance Assurance 1 Yr (PN#1000-2100-1126 / 1000-21E0-1126) 1 EA 0006 All Other Hardware, Supplies, & Parts Needed For Installation 1 EA 0007 Installation, System Testing, and Training 1 EA TOTAL 6) The government intends to award a firm-fixed price contract. The LifeSize Express 220 is a full HD video conferencing system. The system creates realistic interactions between participants with minimal bandwidth use. LifeSize Express 220 also has data sharing capabilities. Although there are multiple component options, this purchase requires the following items: LifeSize Camera 10x and the LifeSize Room 220. 7) Line items 0001-0007 will be delivered to the following address 30 days ARO: 6210 Arctic Warrior Dr. Joint-Base Elmendorf Richardson, Anchorage AK, 99506 8) Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS (Feb 2012) a. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability and Part II - Price Proposal. Technical Acceptability and Price Proposals shall not exceed ten (10) pages; copies of technical certifications shall not be included in the page count of proposals. b. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. However, if at any time during this solicitation the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. c. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price narrative, limit to 10 pages. d. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. e. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 9) The provision at 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Addenda: Paragraph (a) is changed to read, "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government based on lowest price technically acceptable product for all items in the schedule." 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Minimum Qualifications: Must furnish the Lifesize brand and meet the specifications above. Please forward all questions to Contract Specialist William St.Pierre no later than 2PM Alaska Standard Time on 21st of June, 2012. 10) Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), and the provision 252.212-7000 (Jun 2005), Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at http://orca.bpn.gov. 11) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. 12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2012), applies to this acquisition. In addition, the following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration (Feb 2012) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) FAR 52.212-1 Instructions to Offerors- Commercial Items (Feb 2012) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Apr 2012) FAR 52.212-3 Alt I Offerors Representations and Certifications - Commercial Items (Apr 2011) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor- Cooperation With Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52-222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (Nov 2011) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels (Feb 2006) FAR 52.252-1- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2012) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Oct 2011) DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) DFARS 252.225-7036 Alt I Buy American Act-Free Trade Agreements-Balance of Payments Program (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3EC SERVICE ACCECPTOR: F1W3EC "SHIP TO" DODAAC: F1W3EC PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: louis.martinez@ELMENDORF.AF.MIL CONTRACT ADMINISTRATOR: william.stpierre@ELMENDORF.AF.MIL 13) N/A 14) N/A 15) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by June 25thd at 4:00PM Alaska Standard Time. The deadline to submit questions will be June 21st at 2:00PM Alaska Standard Time. Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: William St.Pierre, via fax to 907-552-7496 or e-mail: william.stpierre@elmendorf.af.mil. E-mail is preferred. 16) For information regarding this solicitation, contact William St.Pierre at (907) 552-7168.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3EC2094A001/listing.html)
 
Place of Performance
Address: 6210 Arctic Warrior Dr, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02778398-W 20120620/120618234648-8097e91c087fdbe3c00cf73edc80f026 (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.