Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

70 -- Video Teleconference Equipment

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-5 Oklahoma, 819 Taylor Street, Room 14A02, Fort Worth, TX, 76102
 
ZIP Code
76102
 
Solicitation Number
7TF-03-0008
 
Response Due
8/11/2003
 
Point of Contact
Elaine Lacker, Contracting Officer, Phone (817) 978-6142, Fax (817) 978-4739, - Frances Waters, Computer Specialist, Phone (817) 978-3689, Fax (817) 978-4739,
 
E-Mail Address
elaine.lacker@gsa.gov, frances.waters@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, 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. 17(ii). Solicitation Number 7TF-03-0008 Request for Proposal. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. 17(iv). This is a full and open procurement under NAICS Code 423690 Communications equipment merchant wholesalers. 17(v). There are several contract requirements: REQUIREMENTS LISTED UNDER 17(vi)!! NOTE: This is a total small business set-aside. Section 508 does not apply to this requirement. 17 (vi). Requirements: Provide the following equipment and services. NOTE: Quantity of 1 each except quantity of 4 each for H.320/H321 License, additional 4 sites (item #2 listed below). Items listed by description, manufacturer, and part number: 1. MUX-16 H.320/H.321 - MUX. 16 sites up to 384K OR 8 sites up to 768K, OR 4 sites T1/E1 - OVER 8 PORTS, Polycom BRD0445; 2. H.320/H.321 License, additional 4 sites Polycom SWL0700; 3. ISDN BONDING License 16 Sites - License for 16 H.320 sites using ISDN BONDING Polycom SWL0702; 4. VideoPlus Module - 8 Ports - 8 ports Video+ with TX/CP Polycom VRMV0801; 5. CP/TX License for VideoPlus - 8 ports - 8 port License for Video+8 Polycom VSWD0801; 6. Audio+24/48 Module. Audio for up to: 24 sites video or48 sites audio. SPECIAL PRICE IN EXCHANGE FORTRADE IN MODULE (AUDIO-12)Polycom VRMA2402; 7. Unified Conferencing Suite: IVR/DTMF Suite + Virtual Conference Suite + Music IO connector Polycom VSWS0105; 8. MGC100 Premier 1 Year for (Next Business Day Parts, Unlimited Telephone Technical Support During Business Hours and software upgrades) INCLUDES ORIGINAL AND NEW COMPONENTS Polycom 4863-20499-001; 9. Radvision ECS-50 Enhanced Communication Server (gatekeeper). Supports 50 calls and 250 registrations. Runs on customer provided Windows 2000 platform. Works in conjunction with alternate gatekeeper. Optional add-onModules (Firewall solution/3rd party call control) Radvision 55597-00004; 10. Remote Installation Support and 1 Year Remote Once Care for RadVision ECS-50 Enhanced Communication Server (gatekeeper). Installation support includes basic software installation and configuration for twelve H.323 video end points and one Polycom MGC-100. Support does not include the creation or deployment of dial plan and call routing information. Wire One SVC-RI-RM-1Y 11. Shipping Polycom VSHP0003 17(vii). Desired Delivery Date is August 29, 2003. Place of Delivery and Acceptance is: Dale Garaux, Europe Regional Medical Command, Director of Telemedicine, US Army Hospital/AM Kirchberg, West Sixth Str. GEM 3760, 20G, 66849 Landstuhl, Germany. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of contractor to meet the Government requirements. (b) Past Experience (see below) (c) Delivery Terms - ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past experience will be evaluated as follows: Evaluation of past experience shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror?s experience on previously awarded delivery orders/contracts and/or contracts with other Government entities). The offeror must identify at least one Federal contract or delivery/task order for the federal government, and any other Federal, state, or local government and private contract or delivery/task order, for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror?s are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JULY 2002) with its offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(5)52.219-8, (b)(11) 52.222-21, (b)(12)52.222-26, (b)(13)52.222-35, (b)(14)52.222-36, (b)(15)52.222-37, (b)(18) 52.225-1, (b)(21) 52.225-13, (b)(25) 52.232-34. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed price, definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Delivery no later than August 29, 2003. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). N/A. 17(xvi). Signed and dated offers one original must be submitted to GSA, IT Solutions, 7TR, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m. (CDT), August 11, 2003. Email proposals may be sent to elaine.lacker@gsa.gov at or before the above time and date; facsimile proposals may be submitted to 817-978-4739 at or before the above time and date!! 17(xvii). Contact Frances Waters at 817-978-3689.
 
Place of Performance
Address: Garaux, Europe Regional Medical Command, Director of Telemedicine, US Army Hospital/AM Kirchberg, West Sixth Str. GEM 3760, 20G, 66849 Landstuhl, Germany., ,
Zip Code: 76102
Country: Germany
 
Record
SN00386290-W 20030731/030729214128 (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.