Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

58 -- TSG 6 Telephones

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
PR0009871
 
Archive Date
8/29/2014
 
Point of Contact
Nancy J. Beck, Phone: 202-324-2947
 
E-Mail Address
nancy.beck@ic.fbi.gov
(nancy.beck@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format as described in Federal Acquisition Regulation (FAR) 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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. The Government intends to award a single contract for this requirement. This notice is issued under Request for Quotation (RFQ) PR-0009871, using Simplified Acquisition Procedures (SAP). This acquisition is 100% set aside for small business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-74 effective July 1, 2014. The North American Industry Classification System Code (NAICS) 334210 and the size standard is 1000 employees DESCRIPTION OF REQUIREMENT: The Federal Bureau of Investigation (FBI) requires a contract consisting of a base year and four (4) one-year options for the purchase of Telephone Security Guide (TSG) 6 compliant telephones and 30-button expansion modules. A firm-fixed-price indefinite delivery/indefinite quantity (IDIQ) contract will be awarded. Contract requirements are as follows: CLIN 0001 TSG 6 compliant telephones minimum Qty 550 each maximum Qty 1400 each CLIN 0002 30-button expansion module minimum Qty 20 each maximum Qty 300 each The minimum quantities to be purchased at award will be 550 TSG 6 telephones and 20 30-button expansion modules. The listed minimum and maximum quantities will be the same for each year of the contract. A fixed price shall be provided for each CLIN for the base year and the four (4) one-year option years of the contract. Based on the Voice over Internet Protocol (VoIP) PBX Systems being utilized by the FBI and the communications closet configuration a TSG-6 Type A Power over Ethernet (PoE) VoIP telephone is required. The VoIP PBX System can support both Session Initiation Protocol (SIP) and H.323. The device proposed must meet all requirements for TSG-6 certification set by the National Telecommunications Security Working Group (NTSWG) on hook security measures such as the speakerphone microphone and associated circuitry have been removed. The handset transmitter circuit has been modified so that the handset microphone is electrically disabled when the phone is idle. Operating software cannot be altered after the phone has been factory configured. Proof of this certification must be provided with the proposal. For complete requirements for these phones please consult the following: http://www.cnss.gov/CNSS/issuances/TSG_Standards.cfm. As well as being TSG-6 certified the device must support the following features/functionality: • Standard functionality such as but not limited to Three-Way Calling, Call Transfer, Call Forward, Hold • Must have a visual message waiting indicator lamp • At least 10 programmable line or feature keys • Optional Expansion Modules with at least 30 buttons • AES-128 secure RTP voice encryption • Secure TLS signaling encryption • Desk or wall mount applications • Dedicated headset port with headset control key Delivery shall be FOB destination. The first order shall be delivered to FBI, 2400 Schuster Drive, C/O FBIHQ Rm. 1B248, Cheverly, MD 20781. Each task order will have a ship to location within the continental United States. The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period for each task order shall begin upon final acceptance of the ordered items provided to the government. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://acqnet.gov. NOTE: Telecommunication products must comply with Section 508 of the Rehabilitation Act of 1973, as amended. Contactor shall provide documentation that products are 508 compliant. PROVISIONS/CLAUSES The following Federal Acquisition Regulation (FAR) provision and clauses apply to this solicitation and are incorporated 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: http:www.arnet.gov. 52.203-3 Gratuities (Apr 1984); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); 52.204-13 System for Award Management Maintenance (Jul 2013); 52.209-6 Information Regarding Responsibility Matters; 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014); Addendum to FAR 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted via email to Ms. Nancy Beck, Contract Specialist at nancy.beck@ic.fbi.gov; no later than Thursday, August 14, 2014, 12:00 noon EST. Quotes shall be clearly marked PR-000987. Offerors are hereby notified that if their quote is not received by the date, time and location specified in this announcement, it may not be considered by the agency. Telephone questions or requests will not be accepted. 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced technically acceptable. 52.212-3 Offeror Representation and Certifications - Commercial Items (May 2014) (Offeror must submit a completed copy of this provision with their proposal for the proposal to be considered.) 52.212-4 Contract Terms and Conditions -Commercial Items (May 2014); 52.212-5 Contract terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2014) applicable clauses are: (a); (b); (1); (4); (7); (8); (9); (10); (14); (16); (25); (28); (29); (30); (31); (32); (33); (34); (35); (42); (43); (46); (52). 52.215-18 Ordering (Oct 1995); 52.215-19 Order Limitations (Oct 1995); 52.216-22 Indefinite Quantity (Oct 1995); 52.217-2 Cancellation Under Multiyear Contracts (Oct 1997); 52.217-5 Evaluation of Options (Jul 1990); 52.217-7 Option for Increased Quantity - Separately priced Line Item (Mar 1989); 52.217-9 Option to Extend the term of the Contract (Mar 2000); 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.223-6 Drug-Free Workplace (May 2001); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification (Dec 2012); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52-242-13 Bankruptcy (Jul 1995); 52.243-1 Changes - Fixed-Price (Aug 1987); 52.246-2 Inspection of Supplies - Fixed Price (Aug 1996) 52.247-34 F. O. B. Destination (Nov 1991) Effective July 29, 2012, vendors must be registered in SAM to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization. Contracting Office Address: 935 Pennsylvania Ave., N.W. Washington, DC 20535 United States Primary Point of Contact: Nancy J. Beck Contract Specialist Nancy.beck@ic.fbi.gov Phone 202-324-2947
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR0009871/listing.html)
 
Place of Performance
Address: Contractors Facility, United States
 
Record
SN03434922-W 20140725/140723235428-ff4d96250e3dbd93b6673fb84ca56023 (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.