Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOLICITATION NOTICE

74 -- VTC Support and Maintenance Agreement - Statement of Work

Notice Date
5/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-16-T-0133
 
Archive Date
6/4/2016
 
Point of Contact
Jeffrey P. Collins, Phone: 6195328076
 
E-Mail Address
jeffrey.p.collins20.civ@mail.mil
(jeffrey.p.collins20.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work. This is a combined synopsis/solicitation for Video Teleconferencing (VTC) Systems service and maintenance prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N00259-16-T-0133. It is issued as a Request for Quotation (RFQ). This is an unrestricted solicitation. The North American Industry Classification System (NAICS) Code for this acquisition is 517110. The size standard is 1500. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. This requirement is for one year of Maintenance Agreement and Support Coverage for the Video Teleconferencing (VTC) Systems under the enclave currently located within custodial management of Information Resource Management Department (IRMD) at Naval Hospital Lemoore, CA. DESCRIPTION (Items to be serviced/ maintained) S/N 001: Cisco TelePresence ISDN Link FTT183800B2 002: SX20 Quick Set HD, NPP, 4x PHDCam, 1 mic, remote cntrl 003: Performance Microphone 20 GET1825012O 004: ^6000 MXP - BW, PreHDCam, 2 Mics, Cbls and Trackers 2M/6M FTX1541C0YQ 005: Cisco TelePresence ISDN Link FTT1842030K 006: EX60 - NPP, Touch UI A1AZ47D00376 007: ^6000 MXP - BW, PreHDCam, 2 Mics, Cbls and Trackers 2M/6M FTX1541C0VV 008: ISDN GW 3241 - PRI ISDN H.320 To H.323 Gateway SM00486E 009: ^Profile 42 in w C20 - PHD 1080p 12x Cam, Touch UI, 2 Mics PTN16410047 010: IntPkg C60 - NPP, PHD 1080p Cam, Rmt Cntrl, 1 Mic, Cbls ++ FCZ1649F1FX 011: Cisco TelePresence ISDN Link FTT172601NC 012: Cisco TelePresence ISDN Link FTT172601N5 013: Cisco TelePresence ISDN Link FTT172601NA 014: ^QuickSet C20 with NPP, 1 mic, remote control FCZ1730F0JG 015: Performance Microphone 20 1.212E+12 016: ^PrecisionHD 1080p Camera w 4x zoom - not sold stand alone A1AT25F00004 017: ^Quick Set License Key for HD 018: ^QuickSet C20 with NPP, 1 mic, remote control FCZ1730F0JF 019: Performance Microphone 20 1.212E+12 020: ^PrecisionHD 1080p Camera w 4x zoom - not sold stand alone A1AT25F00015 021: ^Quick Set License Key for HD 022: SX20 Quick Set HD, NPP, 4x PHDCam, 1 mic, remote cntrl 023: Performance Microphone 20 GET182700UB 024: Polycom HDX 7000 HD (One Year Total Coverage) 025: Polycom HDX 7000 HD (Service Re-activation fee) Salient Characteristics: One year maintenance and support agreement. Provide an application and tools needed to properly manage the Video Teleconferencing (VTC) Systems and or components associated within the Support Agreement: The Contractor shall provide all personnel, equipment/materials, installation support, facilities and services required to provide VTC technical and maintenance support in accordance with manufacturer warrantees of existing VTC equipment. Equipment and materials will be provided under manufacturer warrantees or will be provided by the government. Technical support shall include Help Desk Support (within 4-hour time frame), installing mandated equipment and software upgrades and emergency equipment repair or replacement services in accordance with manufacturer warrantees and this PWS. Preventive & Corrective Maintenance, VTC Implementation Support, Software License Support, and Technology Refresh Support shall be provided with scheduled services as determined by manufacturer warrantees. The Naval Hospital Lemoore Site Facilitator will provide manufacturer warranty information documentation for VTC equipment upon request. NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-86. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.204-10 Reporting Executive Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEV) (OCT 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEV) (OCT 2015) 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) Quotations will be evaluated based on technical capability, delivery, and price. Technical capability and delivery when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dunn and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to Jeffrey.p.collins20.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 20 May 2016, 06:00AM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0133/listing.html)
 
Place of Performance
Address: Naval Hospital Lemoore, 937 Franklin Avenue, Lemoore, California, 93246, United States
Zip Code: 93246
 
Record
SN04119785-W 20160519/160517235109-33aaebec1fa2b14ae3799f5d51e80c84 (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.