Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
SOLICITATION NOTICE

59 -- Polycom brand name, only, Video Teleconferencing (VTC) Unit.

Notice Date
3/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N214Q0002
 
Response Due
3/26/2014
 
Archive Date
5/11/2014
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.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, 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 Quotation (RFQ) and the RFQ number for this procurement is W911N2-14-Q-0002. This announcement will be issued as a combined synopsis/solicitation for the purchase and turnkey installation of One (1) Each, Polycom brand name, only, Video Teleconferencing (VTC) Unit. This is an unrestricted RFQ. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price; technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 334310. The SB size standard for this code is 750 Employees. Name Brand or Equal with the following minimum specifications commensurate with the full specifications listed in Attachment 1: CLIN 0001 - Video Teleconferencing (VTC) Unit to include at a minimum the following pieces of equipment, commensurate with the PWS in Section 5 of the attached: 1.1.1 HDX 8000-720: HDX 8000 HD Codec, Eagle Eye camera, HDX microphone array, with cables: (1) 2 component video (DVI-RCA), (2) audio (RCA-RCA), LAN, NA power NTSC (with applicable maintenance program) - part number G7200-23150-001 - 1 complete unit 1.1.2 Quad BRI Module for HDX Series - includes 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box. - part number 2215-26690-001 - 1 complete unit 1.1.3 HDX MPPLus Multipoint Software Option License - allows for 4 site MP calls - part number 5150-23912-001 -- 1 complete unit 1.1.4 HDX Ceiling Microphones - White quote mark Primary quote mark - includes 2 feet (60cm) drop cable, electronics interface, wall plate with 10 feet (3m) and 50 feet (15m) plenum cable - part number 2200-23809-002 -- 1 complete unit. 1.1.5 60 inch High Definition, Monitor - 1 of these described monitors will be required - compatible to attached/detached speakers - with wireless remotes (batteries included). The monitors will be wall mounted (bracket) installation. Sharp, PN-E601, 1920x1080 6MS; Name Brand or Equal. 1.1.6 Polycom - Network termination (NT1) for U-interface ISDN BRL with a power supply. One required per four BRI. This could be NT1-QUAD. Must be compatible with Polycom equipment. 1.1.7 A set of two-way surface mount speakers with 8 quote mark woofer, black in color, and with mounting hardware (both vertical and horizontal mount position). The dimensions of these speakers will be 16.5 quote mark H by 11.5 quote mark W by 8.6 quote mark D. The frequency range is 50 Hz to 20 kHz, full space, -10dB and internal driver overload protection. Extron Electronics SI 28, pair, Part# 42-073-02; Name Brand or Equal. 1.1.8 A single, small, wood or laminate type, fully assembled, cherry colored, executive type, wall or floor mounted credenza. The dimensions of this cabinet will be 50 quote mark to 52 quote mark length by 23 quote mark to 25 quote mark depth by 29 quote mark to 31 quote mark height. This credenza will be designed for video teleconferencing equipment storage and have a 12 space rack mount and a quiet 53 CFM fan. It will have 2, raised panel doors on the front that open out and access doors on the rear. The doors will have locking capabilities. It will have 1 adjustable shelf, and have 5 heavy duty 4 inch casters on the bottom. Video furniture international CR2050EX credenza; Name Brand or Equal. All items shall be delivered to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (NOV 2013) ALT 1; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013) (DEVIATION) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) 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 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-34 F.o.b Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.211-7003 Item Identification and Valuation (DEC 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012); DFARS 252.232-7006 Wide Area Workflow Payment Instructions ( MAY 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (June 2013) Alt III Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.a.duffy4.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) to be eligible for award. 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. The closing period for questions is, 19 MAR 2014, 10:00 A.M. Eastern Standard Time. Questions received after this time and date will be answered at the sole discretion of the Government. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on 26 MAR 2014. All quotes must be marked with RFQ number and title and accompanied with a signed/dated copy of this combined synopsis/solicitation and all amendments. Email quotes will be accepted. 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: Lowest Price; Technically Acceptable. The Government intends to evaluate and award a contract without discussions with offerors. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADENDUM TO FAR 52.212-2 Technical acceptability shall be based on compliance with the required technical components identified in Attachment I. Offerors, must provide sufficient information and detail to demonstrate the equipment offered are Brand Name or Equal commensurate with the requirements listed in Attachment I. All offers that do not clearly establish technical acceptance in compliance with the above will be removed from further consideration. L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries. Attachment 1 LETTERKENNY MUNITIONS CENTER SPECIFICATIONS Video Teleconferencing Equipment (VTCE) for New Conference Room 1. REQUIREMENTS: Letterkenny Munitions Center has the requirement to purchase video teleconferencing equipment and have it installed in a new conference room in building 3311 with the following specifications: 1.1SPECIFICATIONS: 1.1.1 HDX 8000-720: HDX 8000 HD Codec, Eagle Eye camera, HDX microphone array, with cables: (1) 2 component video (DVI-RCA), (2) audio (RCA-RCA), LAN, NA power NTSC (with applicable maintenance program) - part number G7200-23150-001 - 1 complete unit 1.1.2 Quad BRI Module for HDX Series - includes 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box. - part number 2215-26690-001 - 1 complete unit 1.1.3 HDX MPPLus Multipoint Software Option License - allows for 4 site MP calls - part number 5150-23912-001 -- 1 complete unit 1.1.4 HDX Ceiling Microphones - White quote mark Primary quote mark - includes 2 feet (60cm) drop cable, electronics interface, wall plate with 10 feet (3m) and 50 feet (15m) plenum cable - part number 2200-23809-002 -- 1 complete unit 1.1.5 60 inch High Definition, Monitor - 1 of these described monitors will be required - compatible to attached/detached speakers - with wireless remotes (batteries included). The monitors will be wall mounted (bracket) installation. Sharp, PN-E601, 1920x1080 6MS; Name Brand or Equal. 1.1.6 Polycom - Network termination (NT1) for U-interface ISDN BRL with a power supply. One required per four BRI. This could be NT1-QUAD. Must be compatible with Polycom equipment. 1.1.7 A set of two-way surface mount speakers with 8 quote mark woofer, black in color, and with mounting hardware (both vertical and horizontal mount position). The dimensions of these speakers will be 16.5 quote mark H by 11.5 quote mark W by 8.6 quote mark D. The frequency range is 50 Hz to 20 kHz, full space, -10dB and internal driver overload protection. Extron Electronics SI 28, pair, Part# 42-073-02; Name Brand or Equal. 1.1.8 A single, small, wood or laminate type, fully assembled, cherry colored, executive type, wall or floor mounted credenza. The dimensions of this cabinet will be 50 quote mark to 52 quote mark length by 23 quote mark to 25 quote mark depth by 29 quote mark to 31 quote mark height. This credenza will be designed for video teleconferencing equipment storage and have a 12 space rack mount and a quiet 53 CFM fan. It will have 2, raised panel doors on the front that open out and access doors on the rear. The doors will have locking capabilities. It will have 1 adjustable shelf, and have 5 heavy duty 4 inch casters on the bottom. Video furniture international CR2050EX credenza; Name Brand or Equal. 2. PRESERVATION, PACKAGING AND DELIVERY: The contractor shall utilize standard commercial methods for preservation and packaging appropriate for the VTCE and the accessory equipment acceptable to commercial carriers. As a minimum, all areas susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. The contractor shall be responsible for ensuring the equipment is delivered to Letterkenny Munitions Center, Building 3315, in good condition on the date designed by the Government Point of Contact (POC). 3. SECURITY, SAFETY, AND FIRE PREVENTION: The contractor shall comply with LEAD P 385-4, Requirements for Security, Safety, and Fire Prevention for Contractors Performing work on Letterkenny Army Depot. 4. BADGES: Identification badges will be issued for admittance of personnel before performing work or service on this contract. The identification badge is the property of the US Government and must be returned upon termination or demand. The contractor/vendor agrees that he will ensure all badges issued to employees are returned to the Badge and Identification Section, Security Division, Letterkenny Army Depot promptly on termination of need or on expiration, which occurs first. 5. HOURS OF WORK: All work shall be performed between the hours of 7:00 AM and 3:00 PM, Monday thru Thursday exclusive of Federal Holidays. Other hours, weekend, and holiday work will be considered separately as requested by the contractor and approved by the Contracting Officer. 6. FEDERAL HOLIDAYS: The following is a list of Federal Holidays: Martin Luther King's Birthday, Presidents Day, Memorial Day, July 4, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas Day, and New Years Day. 7. DISPOSAL OF MATERIAL AND EQUIPMENT: No Government materials or equipment shall be removed from the site by the contractor. 8. PACKAGING AND PACKING MATERIAL REMOVAL: All packing, packaging, preservation, and scrap material accumulated during the performance of the contract shall be removed and disposed of properly within federal, state, and local regulations by the contractor. 9. MANUALS: The contractor shall provide all operational, parts listing, and maintenance manuals for the VTCE. All manuals shall be in the English language. 10. CONTRACTOR RESPONSIBILITIES: The contractor shall be responsible for delivering equipment to Letterkenny Munitions Center, building 3311, offloading equipment using contractor provided Material Handling Equipment, installation and start up, and the training of depot personnel in the operation and maintenance of the VTCE. 11. TRAINING: The contractor shall be responsible for conducting the training to all individuals designated by the Government to operate the VTCE. This training will be conducted by the contractor and it will certify each individual to operate the VTCE. 12. FINAL ACCEPTANCE: Final acceptance shall be contingent upon successful completion of all requirements of this purchase description.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbe48f7bfda51718285b8ca6fa0c2e17)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN03308801-W 20140314/140312234940-dbe48f7bfda51718285b8ca6fa0c2e17 (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.