Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2007 FBO #2133
MODIFICATION

J -- Video Maintenance

Notice Date
9/27/2007
 
Notice Type
Modification
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, DC, 20570, UNITED STATES
 
ZIP Code
20570
 
Solicitation Number
NLRB01-07-0003
 
Response Due
9/28/2007
 
Archive Date
9/28/2007
 
Point of Contact
Andrew Steed, Contract Specialist, Phone (202) 273-4210, Fax (202) 273-2849, - TaLisa Spottswood, Chief, Contracts and Procurement Section, Phone (202) 273-4210, Fax null
 
E-Mail Address
andrew.steed@nlrb.gov, TaLisa.Spottswood@nlrb.gov
 
Description
NLRB01-07-R-0003 VIDEO MAINTENANCE SERVICE The solicitation is being replaced in its entirety. Please review for applicable changes and provide a proposal that will be in compliance with this new solicitation. 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 811213 and the size standard is $6.5 million. This requirement is unrestricted and all responsible offerors may submit bids. ****** 1.0 REQUEST FOR PROPOSALS (RFP) 1.1 The solicitation number NLRB01-07-R-0003 is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. ***** The National Labor Relations Board (NLRB) requires fixed-price maintenance on video conferencing equipment (Polycom SP and Polycom EX), and 32? Sony televisions/monitors (each Polycom has a 32? monitor) for a base year (October 1, 2007 through September 30, 2008) and one option period (October 1, 2008 through September 30, 2009). Offeror shall provide a twenty-four (24) hour parts replacement policy via express delivery for codec, power supply and monitor (must be equivalent to the Sony 32? television) equipment maintenance to the NLRB representative(s) whose name(s) will be provided after award. ***** Vendor must provide help desk support from 8AM EST to 8PM EST Mon-Fri, and help desk personnel must be able to provide telephone assistance regarding user questions, trouble call reporting, usage and maintenance assistance. Help desk technicians must use trouble call tracking and database software for problem resolution, and have established escalation procedures. The help desk should track and manage resolution of call tickets until each trouble has been fixed and thoroughly tested. Technicians will assist with programming of any replacement codes. There are a total of sixty (60) video units and the location of the equipment are identified in the following Video Units Locations list. ****** ****Maintenance for**** VIDEO UNITS LOCATIONS 1) Region 1 ? Boston, MA, 1 EA; 2) Region 2 - New York, NY, 1 EA; 3) Region 3 - Buffalo, NY, 1 EA; 4) RO Albany, NY, 1 EA; 5) Region 4 - Philadelphia, PA, 1 EA; 6) Region 5 - Baltimore, MD, 1 EA; 7) Region 6 - Pittsburgh, PA, 1 EA; 8) Region 7 - Detroit, MI, 1 EA; 9) RO Grand Rapids, MI, 1 EA; 10) Region 8 - Cleveland, OH, 1 EA; 11) Region 9 - Cincinnati, OH, 1 EA; 12) Region 10 ? Atlanta, GA, 1 EA; 13) RO Birmingham, AL, 1 EA; 14) Region 11 ? Winston-Salem, NC, 1 EA; 15) Region 12 ? Atlanta, GA, 1 EA; 16) RO Miami, FL, 1 EA; 17) RO Jacksonville, FL, 1 EA; 18) Region 13 ? Chicago, IL, 1 EA; 19) Region 14 ? St. Louis, MO, 1 EA; 20) Region 15 ? New Orleans, LA, 1 EA; 21) Region 16 ? Fort Worth, TX, 1 EA; 22) RO Houston, TX, 1 EA; 23) RO San Antonio, TX, 1 EA; 24) Region 17 ? Kansas City, MO, 1 EA; 25) RO Tulsa, OK, 1 EA; 26) Region 18 ? Minneapolis, MN, 1 EA ; 27) RO Des Moines, IA, 1 EA; 28) Anchorage, AK, 1 EA; 29) Region 19 ? Seattle, WA, 1 EA; 30) SR36 Portland, OR, 1 EA; 31) Region 20 ? San Francisco, CA, 1 EA; 32) SR37 Honolulu, HI, 1 EA; 33) Region 21 ? Los Angeles, CA, 1 EA; 34) RO San Diego, CA, 1 EA; 35) Region 22 ? Newark, NJ, 1 EA; 36) Region 24 ? Hato Rey Puerto Rico, 1 EA; 37) Region 25 ? Indianapolis, IN, 1 EA; 38) Region 26 ? Memphis, TN, 1 EA; 39) RO Little Rock, AR, 1 EA; 40) RO Nashville, TN, 1 EA; 41) Region 27 ? Denver, CO, 1 EA; 42) Region 28 ? Phoenix, AZ, 1 EA; 43) RO Albuqerque, NM, 1 EA; 44) RO Las Vegas, NV, 1 EA; 45) Region 29 ? Brooklyn, NY, 1 EA; 46) Region 30 ? Milwaukee, WI, 1 EA; 47) Region 31 ? Los Angeles, CA, 1 EA; 48) Region 32 ? Oakland, CA, 1EA; 49) Region 33 ? Peoria, IL, 1 EA; 50) Region 34 ? Hartford, CT, 1 EA; 51) New York Judges, 1 EA; 52) Atlanta Judges, 1 EA; 53) HQ Chart Room, Washington, DC, 1 EA; 54) HQ 6th Floor Joint Use, 1 EA; 55) HQ Training RM, ITB, Washington DC, 1 EA; 56) HQ Emply Dev Trng, 1 EA; 57) HQ Room 6114, 1 EA; 58) 11th Floor Hearing Room, Washing, DC, 1 EA; 59) 11th Floor Joint Use, 1 EA; 60) Washington Resident Office, 1 EA. ***** 2.0 DESCRIPTION 2.1 Maintenance on video conferencing equipment to support the NLRB Headquarters office and field offices will be provided on a nationwide/wide area network within the continental United States. All equipment except a 32? Sony television/monitor is Polycom SP and Polycom EX. There are a total of sixty (60) video units. The maintenance period of performance shall be a base year from October 1, 2007 to September 30, 2008, with a one (1) year option period to extend the service through September 30, 2009. Maintenance service for the equipment shall be provided during regular NLRB office hours from 8:30 AM to 5:00 PM, in the respective time zones for the offices identified, except Holidays recognized by the Federal Government. ***** 3.0 LOCATION 3.1 The National Labor Relations Board Headquarters Office is located at 1099 14th Street, NW, Washington, DC 20005. The NLRB field offices are located nationwide within the continental United States, including Alaska, Hawaii, and Puerto Rico. ***** 4.0 PROPOSAL 4.1 The proposal shall include fixed-price pricing for the base year, as well as, pricing for the option year period. The proposal shall also include a technical proposal and cost proposal, submitted as two separate documents. The technical proposal shall identify how the offeror intends to provide the necessary maintenance services to the locations, as well as, the overall management of the service. ****** 5.0 PRICE AND PAYMENT All prices, base year (October 1, 2007 through September 30, 2008) and one option period (October 1, 2008 through September 30, 2009), shall be quoted as time and material prices for the requested service above, or state "no charge" if the service is providing an item without charge. The invoice is not to include any extra charges (i.e., charges not specifically covered by the award). Prices for the base year and option year shall include (and indicate) all fees associated with the services. All prices shall be in U.S. dollars, and payments will be made to the Contractor in U.S. dollars within thirty (30) calendar days after receipt of an approved invoice. ****** 6.0 EVALUATION OF PROPOSALS 6.1 Proposals will be evaluated based on which offeror can explain how they can provide the maintenance services for all of the respective offices identified in Section 1.1 above. Award will be made on the basis of which offeror offers the Best Value to the NLRB, considering both technical factors, past performance and price. 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: (a) Technical capability of the maintenance services offered to meet the Government requirement; (b) past performance; and (c) price. Technical and past performance when combined, are significantly more important than cost or price. 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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/NLRB/DA/OPFB/NLRB01-07-0003/listing.html)
 
Record
SN01423864-F 20070929/070927232854 (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.