SOLICITATION NOTICE
59 -- Polycom Equipment
- Notice Date
- 9/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
- ZIP Code
- 83705-6512
- Solicitation Number
- W912J7-11-T-0093
- Response Due
- 9/14/2011
- Archive Date
- 11/13/2011
- Point of Contact
- Tyler Perry, 2082724542
- E-Mail Address
-
USPFO for Idaho
(tyler.perry1@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. IDAHO ARMY NATIONAL GUARD W912J7-11-T-0093 Request For Quote for Polycom Equipment This request for quote (RFQ) is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (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. The NAICS code for this acquisition is 334310 and the size standard is less than 750 employees. This will be a 100% total small business set-aside. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, Effective 5 July 2011. Offerors quotes shall propose a firm fixed price for all parts/services listed below subject to the terms and conditions of this entire synopsis/solicitation. All quotes should be FOB destination to: USPFO Warehouse, 3489 W. Harvard Street Bldg 564, Boise, Id 83705-6512. Questions must be received NLT Monday, 12 September 2011. Synopsis: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary to meet the below requirement: ------------------------------------------------------------------------------------------------------------ Line Item 001, QTY = 1 Ea: Polycom HDX 8000-720, includes HDX 8000 HD Codec, Eagle-eye HD camera, HDX Mic Array, P+C, PPCIP, POC, ENG RMT. Cables: 2 component video (DVI-RCA), Audio: (RCA-RCA), LAN, NA PWR. CNTRY Code 54. NTSC (Maintenance contract included), OR EQUAL Line Item 002, QTY = 1 Ea: Soundstructure C12 - 12 channel AEC/Noise Canceller/Feeback Reduction w/Auto Mic Mixing and Matrix Mixer. - Includes NA Power cord, User Manual, Software. Line Item 003, QTY = 1 EA: Shelf for mounting the HDX 7000 and 8000 series codecs. This is a black 2U shelf for 19" racks which will hold the codec in position with a secure mounting system. 2U (3.5in) x 17.5in (without ears, 19 width) x 14.5in deep. Shelf only. Line Item 004, QTY = 1 EA: Partner Premier, One Year, Soundstructure C12 Series (Qualified Partner Only) Line Item 005, QTY = 1 EA: Partner Premier One Year, HDX8000 ------------------------------------------------------------------------------------------------------------ "Or Equal" explanation: The product numbers are given so as to provide a basis for a quote for similar, or like items as the ones listed above. If you are an authorized reseller for the products listed above, please feel free to quote on those items. However, if not quoting on these specific items, please be sure and include any technical or past performance information necessary to evaluate the products being offered. If providing technical or past performance information, a limit on the amount of pages included in the quote package shall be limited to 6 pages or less. ------------------------------------------------------------------------------------------------------------ The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; IAW 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. 52.212-2, Evaluation-- Commercial Items. 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; award will be based price and price related factors, with overall price being slightly more important. 52.212-3, ALT 1-- Offeror Representations and Certifications-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at http://orca.bpn.gov/. 52.204-7 Central Contractor Registration APRIL 2008 - All contractors must be registered with the Central Contractor Registration, located at http://www.ccr.gov. 52.211-6 Brand Name or Equal AUGUST 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: o52.222-50 Combating Trafficking in Persons AUG 2007 o52.233-3 Protest After Award AUG 1996 o52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 o52.219-6 Notice of Total Small Business Set-Aside JUN 2003 (15 U.S.C. 644) o52.219-28 Post-Award Small Business Program Representation JUN 2007 o52.222-3 Convict Labor JUN 2003 o52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 o52.222-21 Prohibition of Segregated Facilities FEB 1999 o52.222-26 Equal Opportunity MAR 2007 o52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). o52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). o52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). o52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010)(E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III - Transportation of Supplies by Sea MAY 2002 Offers may be submitted by hard copy to: Idaho Army National Guard, USPFO 3489 W. Harvard St Boise, Idaho 83705 ATTN: SSgt Tyler Perry and Mr. Jerry DeWeerd Offers may be submitted by e-mail to: tyler.perry1@us.army.mil or jerry.deweerd@us.army.mil Quotes are due no later than 1300 hours, 14 September 2011, and shall reference the solicitation number listed above to be considered responsive. If you have any questions, please contact SSgt Tyler Perry, Contract Specialist, at (208) 272-4542, or by e-mail tyler.perry1@us.army.mil. OR Jerry DeWeerd, Chief of Contracting, at (208) 272-4600.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-11-T-0093/listing.html)
- Place of Performance
- Address: USPFO for Idaho 3489 West Harvard Street, Boise ID
- Zip Code: 83705-6512
- Zip Code: 83705-6512
- Record
- SN02566039-W 20110909/110908000140-901a209376e1119fce48637497a166ae (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 |