Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2004 FBO #0928
SOLICITATION NOTICE

75 -- Video conferencing equipment, installation, and support

Notice Date
6/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
GSWR040065
 
Response Due
6/21/2004
 
Archive Date
6/9/2005
 
Point of Contact
JEFFREY HAMMITT CONTRACT SPECIALIST 9162789341 ;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO: GSWR040065 - REQUEST FOR QUOTATION DATE: 09 June 2004 CLOSING DATE: 21 June 2004 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 acquisition is set aside for small business concerns. The U.S. Geological Survey, Branch of Telecommunication Services, has identified a need to enhance the ability to hold meetings and training sessions between personnel stationed at various U.S.G.S. offices through the use of video conferencing equipment. This requirement is for video conference systems for U.S.G.S. offices in Honolulu, Hawaii and Tucson, Arizona. Interested concerns are invited to submit quotations for the following: SCOPE OF WORK: 1) The contractor shall provide the following video conferencing configuration, quantity two (2) 0001: Polycom ViewStation FX, model 2200-20323-001, capable of supporting both H.320 and H.323 conferences. 0002: Polycom PRI module with T-1/J-1 interface for 0001 above, model 2215-09180-001 0003: Polycom Visual Concert FX for 0001 above, model 2200-10500-001 0004: Pioneer 43 inch plasma display, model PDP-433CMX 0005: Universal pitch, adjustable wall mount for 0004 above. 0006: Clear-One 27 inch monitor cart, model 911-171-040, or its equivalent. 0007: Sony 27 inch monitor, model KV27FS320, or its equivalent. For items 0006 and 0007 above, the description "brand name or equal" applies. Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall include the following description for the product with their quotations. Product Name: Manufacturer's Name: Address: Product make, model, or catalog description: Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient characteristics of the "brand name" as listed in the solicitation. 2) The contractor shall provide on-site installation and testing services for all items delineated in (1) above. Testing will include verification that all features and functions work properly with existing Polycom H.320 and H.323 systems at locations throughout the Western Region and bureau. Quantity one (1) system shall be installed at the U.S.G.S. office in Honolulu, Hawaii, and quantity (1) system shall be installed at the U.S.G.S. office in Tucson, Arizona. Successful installation is defined as full system functionality, and includes the removal of all packaging materials, tools, etc. The contractor is invited to propose a time frame for delivery and installation; earlier installation is preferred, all else (including price) equal. Items will be priced F.O.B. destination. 3) The contractor shall provide one (1) year of premium level technical support, to include site visits if required. The year-long period will commence on the day the equipment is successfully installed and accepted in writing by the customer. Payment will also be based on successful installation and written acceptance. 4) In the performance of tasks (2) and (3) above, the contractor shall comply with all Government security requirements in place at the time of performance. PLACES OF PERFORMANCE: 1) U.S. Geological Survey - Water Resources Division Attn: Leonora Fukuda 677 Ala Moana Blvd (4th floor) Honolulu, HI 96813-5419 (808) 587-2444 2) U.S. Geological Survey - Water Resources Division Attn: Mark Werley 520 N. Park Avenue Tucson, AZ 85719-5035 (520) 670-6671 x226 On-site performance shall take place during normal business hours of 8:00am to 5:00pm, Monday through Friday, excluding Government holidays. Delivery and installation shall be coordinated through the POCs identified above. For further information regarding the technical requirements of this solicitation, please contact Carol Lawson at (650) 329-4030 or clawson@usgs.gov. METHOD OF EVALUATION Prospective contractors are advised that quotations will be evaluated based upon the following, listed in order of importance: 1) Technical Merit - Offerors MUST demonstrate a clear understanding of technical requirements and specifications. Preference will not be given to offerors proposing "bargain" solutions, such as inferior products or reduced levels of service. 2) Total Price (see note (1) above). 3) Record of Past Performance - Prospective contractors are invited to submit a list of references to facilitate evaluation. 4) Time to Delivery - Earlier delivery/installation will be given preference. Quotations are due by close of business, Monday 21 June 2004 to the contracting office in Sacramento, CA identified above. Offers received after this time and date will not be considered. Offers are preferred by electronic means (email and fax), but are accepted by mail. Oral quotations will not be accepted. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ and http://www.doi.gov/pam/aindex.html or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2004) 52.219-6 Notice of Total Small Business Set Aside, Alternate I (OCT 1995) 1452.210-70 Brand Name or Equal - Department of the Interior (JULY 1996) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2004) 52.000S-5026 Invoice Requirements (OCT 1997) "Invoices must be submitted in original and one (1) copy to the 'BILLING OFFICE' designated on this order. To constitute a proper invoice, the invoice must include the following and/or attached documentation: (a) name of business concern and invoice date; (b) purchase order number and, if applicable, contract number; (c) item number, description, quantity, unit price(s) and extended total(s) of property or services actually delivered or rendered; (d) shipping and payment terms; (e) name (where applicable), title, phone number and complete mailing address of responsible official to whom payment is to be sent; (f) other substantiating documentation or information as required by the order. (end of clause)" For further information regarding this solicitation, please contact Jeff Hammitt, contract specialist, at (916) 278-9341 or jhammitt@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=626653)
 
Record
SN00601187-W 20040611/040609212456 (fbodaily.com)
 
Source
FedBizOpps.gov 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.