MODIFICATION
59 -- Video Teleconferencing Polycom Codecs items
- Notice Date
- 9/11/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-3000
- Point of Contact
- Stephanie A. Smyth, Phone: 4018326964
- E-Mail Address
-
stephanie.a.smyth@navy.mil
(stephanie.a.smyth@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-18-Q-3000. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price Type order. The Government's minimum specifications are brand name only, no substitutions allowed part numbers out lined in the tables below: CLINS Polycom Part No. Description/Title QTY. Unit Unit Cost Extended Unit Cost 0001 J7200-64250- 001 RealPresence Group 500-720p: Group 500 HD codec, EagleEyeIV-12x camera 2 Each 0002 5150-65081- 001 Group Series and Centro Multipoint License. 2 Each 0003 5150-65082- 001 Group Series 1080p HD License-1080 2 Each 0004 2215-64200- 001 EagleEye Digital Extender 1 Each 0005 4870-64250- 112 Premier, One Year, RealPresence Group 500-720p 2 Each 0006 7230-84280- 001 Polycom ISDN Gateway for Real Presence Group series. 2 Each 0007 2215-10445- 001 Power Cord: AMERICAS 5 Each 0008 N/A Shipping 1 Lot 0009 N/A UID Tagging for items over $5K 1 Lot This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334310; the Small Business Size Standard is 750 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, and 252.211-7003 Item Unique Identification and Valuation. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a proposal including all of the part numbers listed in tables above. No partial quotes will be accepted. (2) offeors shall provide brand name specific items required by this solicitation, no substitutions allowed, as specified in the attached Brand Name Justification. (3) Offerors must be authorized reseller and shall provide reseller status. The Government will verify reseller status with the manufacturer. The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. A Section 508 applies to this solicitation, see clause UW C-2-0003 below: UW C-2-0003-ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (MAR 2010) (a) Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below: 36 C.F.R. § 1194.21 - Software applications and operating systems X 36 C.F.R. § 1194.22 - Web-based and internet information and applications X 36 C.F.R. § 1194.23 - Telecommunications products X 36 C.F.R. § 1194.24 - Video and multimedia products 36 C.F.R. § 1194.25 - Self contained, closed products X 36 C.F.R. § 1194.26 - Desktop and portable computers X 36 C.F.R. § 1194.31 - Functional Performance Criteria X 36 C.F.R. § 1194.41 - Information, Documentation, and Support (b) The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items or a Government Product/Service Accessibility Template (GPAT) for service to document compliance with the indicated Section 508 Standards. Please refer to: http://www.itic.org/index.php?submenu=Resources&submenu=Resources&src=gendocs&ref=vpat&category=resources or http://www.buyaccessible.gov/ for more information on VPATs and GPATs or contact http://www.access-board.gov/contact.htm or www.gsa.gov/section508 (c) The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The required delivery is 30 September 2018, F.O.B. Destination is Newport, RI 02841. Payment will be made via Wide Area Workflow. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award. The quote may be submitted through FedBizOpps and must be received on or before Wednesday, 12 September 2018, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at stephanie.a.smyth@navy.mil or 401-832-6964.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-3000/listing.html)
- Record
- SN05084408-W 20180913/180911231536-8e412501a6fbabef8ac10f6931d08838 (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 |