Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2012 FBO #3826
SOLICITATION NOTICE

70 -- Haivision IPTV Equipment - J&A Brand Name

Notice Date
5/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-12-T-3006
 
Point of Contact
Jermaine A. Williams, Phone: 2406126197
 
E-Mail Address
Jermaine.Williams.ctr@afncr.af.mil
(Jermaine.Williams.ctr@afncr.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Justification and Approval (J&A) document. The Air Force District of Washington Contracting Directorate, 1500 West Perimeter Dr, Suite 2750, Joint Base Andrews, MD 20762, intends to procure Haivision brand Internet Protocol Television (IPTV) equipment. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is written as a Request for Quotation (RFQ) No. FA7014-12-T-3006. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This requirement is a Service Disabled Veteran Owned Small Businesses (SDVOSB) set-aside. The North American Industry Classsification System (NAICS) code is 334220 with a 750 employee size standard. LINE ITEM 0001: Haivision IPTV Equipment, (Brand Name Only) Equipment List Attached Below: QUANTITY: ___ 1 Lot___; UNIT PRICE $___________; EXTENDED PRICE $ _________. Equipment Description Part Number Qty Red Hat Software RHEL Basis support, for 2 CPU sockets only. 1 Year - Manufacturer Part# MCT0988 - per server. SW-RHES-1YR 2 Furnace Advanced System with Playback & VOD U/10/50 InStream Portal Server, Playback Manager, Media Server (50 Mbps). Unlimited Live, 10 Playback, 50 Mbps VOD capacity. Dual Server (1U & 2U), 5 TB RAID. S-VFADV-50 1 Furnace Conditional Access Module - Support of User Authentication and Conditional Access through integration with LDAP, Active Directory, or RDBMS. For Advanced Systems Only. SWO-VF-CA 1 Barracuda Encoder Appliance - SD H.264 IP Video Encoder - SDI, Composite, S-Video, and Audio Input: 150 kbps to 8 Mbps; 10/100/1000 Ethernet; 5VDC w/90-240 VAC External Power with Locking Connector S-280E-SDI 3 Barracuda Encoder Blade - SD H.264 IP Video Encoder - SDI, Composite, S-Video, and Audio input; 150 kbps to 8 Mbps; 10/100/1000 Ethernet; chassis required. B-280E-SDI 12 MB21 - Makito/Barracuda 21 Slot Chassis - Rackmount 4RU Chassis - Up to 21 Makito/Barracuda mini-blades, dual AC power supply, 90-132V and 180-240VAC 47Hz-63Hz, 400 Watt max. F-280-21DPS 1 DELIVERY TERMS: Offerors shall include an equipment delivery schedule with their submitted quote. All equipment shall be delivered FOB Destination to the following address: Plans & Intergration 744th Communications Squadron D Street, Bldg 1539 Joint Base Andrews, MD 20762 INSPECTION AND ACCEPTANCE TERMS: Equipment will be inspected by Quality Assuance personnel and accepted at the delivery point. FAR PROVISIONS & CLAUSES: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items are applicable to rhis requirement and is hereby incorporated by reference. Addendum to FAR 52.212-1 applies to this acquisition as follows: 52.252-1, 252.212-7000, and 252.225-7000. Offeror must include, with their offer, a completed copy of provision 52.212-3 in full text. The clauses at 52-212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to to this acquisition, specifically the following cited clauses: 52.252-2, 52.252-6, 52.204-7, and 52.243-1. FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Apr 2012) apply to this acquisition, specifically, the following cited clauses: 52.219-27. All provisions and clauses can be viewed in full text at: http://farsite.hill.af.mil/vffara.htm. EVALUATION PROCEDURES: This requirement shall be evaluated in accordance with FAR Part 13. The Lowest Priced Technically Acceptable (LPTA) quote shall be determined as the best value to the Government. LOCAL PROVISIONS AND CLAUSES: 5352.201-9101 OMBUDSMAN (AUG 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Col Timothy Applegate, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6111. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. WIDE AREA WORKFLOW – RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252.232-7003, USE OF ELECTRONIC PAYMENT REQUESTS, IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow – Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. The WAWF Vendor Instructions for Installation and Registration Guide is available online at: http://www.wawftraining.com Questions concerning payment should be directed to (202) 767-8738 or (202) 404-6549. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using WAWF. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NO. ISSUED BY/ADMIN DODAAC: CAGE CODE: TYPE OF DOCUMENT: TBD FA7014 COMBO DELIVERY ORDER NO. PAY OFFICE DODAAC: INSPECTED BY DODAAC: SERVICE ACCEPTOR/SHIP TO: TBD F67100 F1D741 F1D741 SEND MORE E-MAIL NOTIFICATIONS TO: CONTRACT ADMINISTRATOR: E-MAIL: Jermaine Williams jermaine.williams.ctr@afncr.af.mil contracting officer: E-MAIL: Stephanie L. Powell stephanie.powell@afncr.af.mil contracting officer’s technical representative E-MAIL: MSgt. Robert L. McQueen robert.mcqueen@afncr.af.mil ADDITIONAL NOTIFICATION E-MAIL: Revised 03 AUG 2006 * NOTE TO CONTRACTOR: The codes in these blocks identify the customer responsible for inspection and acceptance of goods or services provided under this contract. In the event problems are encountered when using these codes to process invoices for payment, use the code cited in block 9 of the SF 1449 or block 6 of the SF30 instead. All responses must be received by 2:00 P.M. Eastern Time (ET) on 28 May 2012. Only written responses will be considered. All quotations shall be e-mailed to: jermaine.williams.ctr@afncr.af.mil. An official authorized to bind your company shall sign and date the quotation. Questions concerning this solicitation should be addressed in writing to Jermaine Williams, Contract Specialist, via the e-mail address listed above, or via telephone at (240) 612-6197.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-12-T-3006/listing.html)
 
Place of Performance
Address: Plans & Intergration, 744th Communications Squadron, D Street, Bldg 1539, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02747167-W 20120516/120515000111-35ba37461c8c6ba8d782d5b6cf1240ff (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.