Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2002 FBO #0262
SOLICITATION NOTICE

65 -- Radvision vialP MCU system

Notice Date
8/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-02-B(GQ)0080
 
Response Due
9/18/2002
 
Point of Contact
Dorothy Nickens, Contract Specialist, Phone 301-496-0301, Fax 301-480-1146,
 
E-Mail Address
nickensd@od.nih.gov
 
Description
This is a combined solicitation/synopsis 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 solicitations; proposals are being requested and a written solicitation will not be issued. The solicitation number 263-02-B(GQ)-0080, is issued as a Invitation for Bid (IFB). The solicitation/contract will include all applicable provision and clauses in effect through Federal Acquisition Circular (FAC) 2001-08. The NAICS code is 421450 and the business size is 100 employees. The National Institutes of Health (NIH) in Bethesda, Maryland has a requirement for a Radvision VialP Multi-point Controller Unit (MCU)/Gateway system. The Radvision equipment works with and is part of the current standards item to be used to support growing IP/ISDN conferencing needs at the NIH. The Radvision VailP MCU/Gateway shall meet or exceed the following specifications: 1. Shall include Main chassis for vialP 400, 4 slot with dual power supply. 2. Shall include a 60 port MCU system card. 3. Shall include video processing server and application. 4. Video processing server shall work in conjunction with MCU card and allow 6 conferences in voice activated mode, or 4 conferences in symmetric continuous presence mode. 5. Shall include 2 PRI Gateway card, H.323/H320 system card which supports G.711 and G.722. 6. Shall include Audio transcoder module for MCU-60, 30 channels. 7. Shall include data collaboration server, 30 port. 8. Shall include reservation and scheduling system which schedules the resources of vialP/OnLan products and other endpoints/resources. 9. Shall include Windows 2000 server Operating System. Available as non-system card only. 10. Shall include Radvision on-site installation - vialP. 11. Shall include Radvision premium enterprise plan warranty - vialP which includes the following: a. Shall include radvision expanded warranty coverage. b. Shall include full, direct support, including installation phone support. c. Shall include priority queuing to support engineers. d. Shall include unlimited technical support calls for designated contracts. e. Shall include priority 1, mission critical applications, 24-hours-a-day, seven days a week. Delivery shall be F.O.B. Destination, inside delivery and the equipment shall be delivery 60 days after contract award. 12. The Contractor shall provide a Year 2000 Warranty for each hardware, software, and firmware product delivered under this contract. The Contractor shall be able to accurately process the data including but not be limited to, calculating, comparing, and sequencing from, into, and between the twentieth and twenty-first centuries and for the Year 2000 and leap year calculations. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. The Government will evaluate based on F.O.B. Destination, and acceptance at Rockville, Maryland and the requirement of FAR 52.214-21 "Description Literature" apply. Information provided must demonstrate the equipment's ability to meet the specifications described herein. Award will be made to the technically acceptable low offer. A complete copy of the provision FAR 52.212-1, Instructions to Offerors-Commercial Items and a complete copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercials Items is required as part of the offer. The latter provision includes the DUNS Number addendum. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms ad Condition-Commercial Items, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in paragraph (b) of the clauses at FAR 52.212-5 are also applicable to this acquisition: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; FAR 52.225-3, Buy American Act-Supplies; and FAR 39.106, Information Technology. Full text copies of the representations and certifications or other cited provisions are clauses may be obtained from http://www.arnet.gov/far/. A completed and signed "Offeror Representation and Certifications-Commercial Items - with DUNS Number Addendum must accompany offers. Descriptive literature, warranties and/or other materials that demonstrate that the offer meets the stated requirement must also accompany offers. Information furnished should include enough material to conduct a proper evaluation. The Contractor will be paid following delivery and acceptance of the equipment. Sources demonstrating the capability to accomplish the above shall provide pertinent information that is in sufficient detail to demonstrate their ability to perform within 30 days of this notice. A determination by the Government not to complete this proposed contract based upon the responses to the notice is solely within the4 discretion of the Government. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate under the authority of FAR 6.302. Responses by Facsimile (FAX) will not be accepted. Respondents will not be notified of the evaluation results. The offer due date is September 18, 2002 at 2:00pm local time. Address responses to the attention of Dorothy Nickens, 6011 Executive Blvd., Room 537E, Bethesda, Maryland 20892-7663. If mailing your response through the U. S. Postal Services use the above address, if hand delivering, or using a courier service such as UPS, Federal Express, etc., use the following City, State, and Zip code: Rockville, Maryland 20852. See Number Note 26
 
Record
SN00143835-W 20020821/020819213235 (fbodaily.com)
 
Source
FedBizOpps.gov 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.