Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

N -- Audio/Video and VTC Solutions (Custom Room Integration) USDA/NASS National Operations Center - Statement of Work

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW, Suite 580C, Washington, District of Columbia, 20024-2142
 
ZIP Code
20024-2142
 
Solicitation Number
AG-3K06-S-11-0001AV
 
Archive Date
8/31/2011
 
Point of Contact
Thaddeus Rollins, Phone: 301-504-1708
 
E-Mail Address
thaddeus.rollins@ars.usda.gov
(thaddeus.rollins@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 SOW 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 anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price technically acceptable meeting the specified requirements. This solicitation (number AG-3K06-S-11-0001A/V) is hereby issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. The applicable NAICS code and size standard for this application is 517919. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. OBJECTIVES - The United States Department of Agriculture, NASS National Operations Center (NOC) located in St Louis, MO has a requirement for audio, video and conferencing needs. The NOC will have 2 conference rooms that can be combined/divided, 3 training rooms, a computer-training lab and an executive conference room. For the NOC call center, 6 LED wall displays with links to a computer for call center report display are required. Additionally, the NOC will need a video conferencing system integrated into the executive conference room and 5 video conferencing carts. The NOC will also need 2 LCD televisions for the employee break area. Attachment 1 outlines equipment specifications needed for each room in detail. This requirement shall be completed by September 16, 2011. The anticipated award will be a Firm Fixed Price contract; the award will be made based on the lowest price technically acceptable. In order to be considered for award, offerors shall provide a proposal on company letterhead and include the bid schedule detailing the unit quantity, pricing per part number and extended pricing. Offerors shall provide past performance information performed within the last three calendar years to demonstrate the ability to perform the proposed contract by listing two (2) examples of previous work similar in size and scope. Offerors shall provide the following information for each: a. A brief description of contract similarity. b. The contract number, type, dollar value and period of performance. c. The names, addresses, telephone and fax numbers of the contracting organization, Government Project Officer(s) and Contracting Officer(s). Indicate who should be contacted to discuss past performance. The following FAR clauses identified in FAR 52.212-5 are applicable to this acquisition; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.232-36 Payment by Third Party (May 1999); 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.246-2 Inspection of Supplies-Fixed-Price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. In addition, the following FAR provisions are incorporated by reference: 52.212-1 Instructions to offerors -- Commercial Items and 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. Offers must be received by August 16, 2011 at 2:30 PM EST at the Agricultural Research Service, Acquisition and Property Division Mailstop 5150, ATTN: Thaddeus Rollins, 5601 Sunnyside Ave., Beltsville, MD 20705. Faxed and e-mailed offers are acceptable; however, it is the responsibility of the offeror to verify receipt of faxed or e-mailed documents. Offers may be faxed to Thaddeus Rollins at (301) 504-6231 or emailed to thaddeus.rollins@ars.usda.gov. For more information regarding this solicitation, please contact Thaddeus Rollins, (301) 504-1708.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PPBDC/AG-3K06-S-11-0001AV/listing.html)
 
Place of Performance
Address: NASS National Operations Center (NOC), St Louis, Missouri, 63132, United States
Zip Code: 63132
 
Record
SN02517999-W 20110803/110802000147-e2e3943eaa502149c5646723b185b2d6 (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.