SOLICITATION NOTICE
70 -- Video Teleconferencing (VTC) Equipment
- Notice Date
- 10/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-09-T-0001
- Response Due
- 10/21/2008
- Archive Date
- 12/20/2008
- Point of Contact
- Marie Tornai, 719-554-8446<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, 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 solicitation is issued as Request for Quote (RFQ) Number W91260-09-T-0001 is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. Standard Industrial Classification number is 3363. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: Secure Video Tele-Conference (VTC) equipment/components for U.S. Army SMDC/ARSTRAT 1st Space Brigade. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within fourteen (14) business days after receipt of Purchase Order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0075. Offerors shall structure their proposal to include a price for: 0001 Adtran ISU-512 ST: P/N 1202086L3 QTY: 1 EA 0002 Adtran, Rackmount Blank Plate. P/N: 1200202L2 QTY: 1 EA 0003 Adtran, Rackmount for ISU-512. P/N: 1200202L1 QTY: 1 EA 0004Avocent SwitchView Secure KVM Switch. Model SC4UAD-001 QTY: 1 EA 0005 Avocnet, DVI-I, USB, 2 Audio Cable, 6 Model CBL0025 QTY: 2 EA 0006 Avocent, Female DVI-I to Male HD15 VGA Adapter Model VAD-28 QTY: 2 EA 0007 Avocent, DVI-I to Female HD15 VGA Adapter Model VAD-27 QTY: 2 EA 0008 APC, Back-UPS ES Model BE350R QTY: 2 EA 0009 Black Box, CAT5, RJ45 Connector, Pkg 25 P/N: FMTP5E-25PAK QTY: 1 EA 0010 BTX, CAT 5E Patch Cable, Black, 25 P/N: YD-625BK QTY: 3 EA 0011 CIS Secure Systems, Security Switch with Dial Isolator P/N: DTD-530S-DI QTY: 1 EA 0012 CIS Secure Systems, Ploycom Y RS530/RS366 Cable, 5 P/N: DTD-CAPC-01 QTY: 1 EA 0013 CIS Secure Systems, RS530 Cable, 5 P/N: DTD-CAMF-11 QTY: 1 EA 0014 CIS Secure Systems, RS366 Cable, 5 P/N: DTD-CADI-00 QTY: 1 EA 0015 CIS Secure Systems, KIV-7 Red I/O Cable, 2 P/N: DTD-CA7B-01 QTY: 1 EA 0016 CIS Secure Systems, KIV-7 Black I/O Cable, 2 P/N: DTD-CA7B-02 QTY: 1 EA 0017 Criticom, Dual Slot, KIV-7 Rackmount Model CC-3014-TR QTY: 1 EA 0018 Epson G5150NL Projector P/N: V11H273920 QTY: 1 EA 0019 Epson Standard Zoom Lens P/N: V12H004S03 QTY: 1 EA 0020 - Chief Projector Mount for Epson G5150 P/N: RPA-U QTY: 1 EA 0021 Extron AAP Blank Plate Double, Black P/N: 70-090-12 QTY: 1 EA 0022 Extron AAP Blank Plate Single, Black P/N: 70-090-11 QTY: 1 EA 0023 Extron MediaLink Controller Model MLC 226 IP L P/N: 60-600-32 QTY: 1 EA 0024 Extron, Nine-Button Adapter Plate, Black Model CM-9BLB P/N: 70-494-02 QTY: 2 EA 0025 Extron MediaLink Controller Rack Mount, Model UCM RAAP P/N: 70-344-02 QTY: 1 EA 0026 Extron RJ45 Barrel Plate P/N: 70-402-11 QTY: 4 EA 0027 Extron Handheld IR Remote, Model IR 402 P/N: 70-207-01 QTY: 1 EA 0028 - Extron, IR Sensor Model IR Sensor P/N: 70-223-01 QTY: 1 EA 0029 - Extron, IR Signal Repeater Model IRL 20 P/N: 60-580-01 QTY: 1 EA 0030 Extron, Media Presentation Matrix Switcher Model MPX 423 A P/N: 60-683-01 QTY: 1 EA 0031 Extron, Basic Rack Shelf, 9.5 Model RSB 129, P/N: 60-604-01 QTY:1 EA 0032 Extron, 2 Gang, Architectural Plate Model AAP 102, P/N: 60-300-02 QTY: 1 EA 0033 Extron, AAP Plate, 15-pin HD Female, 3.5mm Stereo Jack P/N: 70-101-73 QTY: 1 EA 0034 Extron, AAP Plate, Rackmount, Half Width Model AAP 201, P/N: 60-302-02 QTY: 1 EA 0035 FiberPlex, Power Supply Model PSQ-3910 P/N: PSQ-3910 QTY: 1 EA 0036 FiberPlex, Telephone Disconnect Unit Model/PN: TDU-4000R QTY: 1 EA 0037 - Liberty Cable, Universal Control Cable, 1 pair 22 AWG shielded, 2 conductor 18 AWG, Plenum P/N: LLINX-U-P QTY: 100 0038 - Liberty Cable, USB (a-b) Cable, 3 P/N: E-USBAB-3 QTY: 1 EA 0039 Liberty Cable, 2 Gang, Cable Access P/N: PC-G2900-EPC QTY: 1 EA 0040 Liberty Cable, VGA-M & 3.5mm Stereo Cable, 6 P/N: E-MVGAMAM-M-6 QTY: 1 EA 0041 Liberty Cable, VGA-M Cable, 50 P/N: E-VGAM-F-50 QTY: 1 EA 0042 Liberty Cable, Component RCA, 12 P/N: Z100CV3FT QTY: 1 EA 0043 Liberty Cable, BNC-M to RCA-F adapter P/N: 32-3109BU QTY: 3 EA 0044 Liberty Cable, 3.5mm Stereo Cable, 12 P/N: Z100AM12FT QTY: 1 EA 0045 Middle Atlantic RSH Rack Mount, 3RU P/N: RSH4A3M PANASONIC DMREZ47V QTY: 1EA 0046 Middle Atlantic Blank Panel, 1RU Model/P/N: SB1 QTY: 1 EA 0047 Middle Atlantic Blank Panel, 2RU Model/P/N: SB2 QTY: 3 EA 0048 Middle Atlantic Rack Drawer, 2RU Model/P/N: UD2 QTY: 1 EA 0049 Middle Atlantic, Foam Insert Model/P/N: FI-2 QTY: 1 EA 0050 Middle Atlantic, 8-Outlet Slim Line Power Strip P/N: PD-815SC-NS QTY: 1 EA 0051 Middle Atlantic RSH Rack Mount, 2RU Model RSH4S P/N: RSH4S Custom #1 QTY: 1 EA 0052 Middle Atlantic RSH Rack Mount, 2 RU Model RSH4S P/N: RSH4S-Custome #3 QTY: 1 EA 0053 Middle Atlantic RSH Rack Mount, 3RU Model RSH4S P/N: RSH4S Custom #2 QTY: 1 EA 0054 Middle Atlantic, Rack Screws, Pkg 100 Model/P/N: HP QTY: 1 EA 0055 NetGear, 10/100 Ethernet Switch, 5 Port Model FS605 QTY: 1 EA 0056 Newark, Power Cord, 10 P/N: 93K2594 QTY: 12 EA 0057 Newark, NEMA 5-15P Plug P/N: 35B775 QTY: 10 EA 0058 Newark, DB9F Crimp Connector P/N: 93F8873 QTY: 3 EA 0059 Newark, DB9M Crimp Connector P/N: 93F8872 QTY: 3 EA 0060 CDW, Apple USB Power Adapter, Model MB352LL/A Qty: 4 EA 0061 Panasonic, DMR-EZ48VK DVD recorder, VCR, Digital Tuner Model DMR-EZ48VK QTY: 1 EA 0062 P.I. Engineering USB Extender P/N: XK-280-XTN QTY: 2 EA 0063 Polycom, HDX Microphone Array, with 25 Cable P/N: 2457-23327-001 QTY: 2 EA 0064 Polycom, HDX Microphone Cable, 15 P/N: 2457-23215-001 QTY: 1 EA 0065 Polycom, HDX 9004 XL HD Package P/N: 2200-23500-001 QTY: 1 EA 0066 Polycom, DVI to VGA Cable, 4.5 P/N: 2457-23792-001 QTY: 2 EA 0067 Polycom, Serial Network Module for HDX 9000 P/N: 2215-23366-001 QTY: 1 EA 0068 Pulizzi Power Cable Model 010-9334 P/N: 010-9334 QTY: 1 EA 0069 -- Pulizzi Power Controller Model/P/N: IPC3402 QTY: 1 EA 0070 Sound-Craft Systems, Custom Credenza P/N: KSK082307-2R4 QTY: 1 EA 0071 SurgeX Power Conditioner Model SA82 QTY: 1 EA 0072 SurgeX Power Conditioner Model SX1115 QTY: 1 EA 0073 Vaddio Camera Mount for Polycom Eagle Eye Camera P/N: 535-2000-221 QTY: 1 EA 0074 Konexx Konference STE MOD P/N: 10910 STE QTY: 2 EA 0075 Certified Technology Specialist (CTS-I) certified AV Systems Engineer Install-ESI--Contract labor to augment the Government lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation. QTY: 60 Hours Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within fourteen (14) business days after receipt of Purchase Order. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, SMDC-ISP, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 1:00 PM, Mountain Time, 21 October 2008. Award is anticipated no later than 30 October 2008. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Product Design, Configuration, Technical and Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or exceed required delivery date for all items described in CLINs 0001 - 0075 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, and FAR clause 52.222-41, Service Contract Act of 1965. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP's not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring proposals are received no later than 1:00 PM (Mountain Time) on 21 October 2008. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446 or George Knowlton at (719) 554-1967, fax (719) 554-8442 or at e-mail marie.tornai@smdc-cs.army.mil or george.knowlton@smdc-cs.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4a8672fda516a7113d77656a203bd7f&tab=core&_cview=1)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
- Zip Code: 80914-4914<br />
- Zip Code: 80914-4914<br />
- Record
- SN01690544-W 20081011/081009214721-a4a8672fda516a7113d77656a203bd7f (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 |