Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

58 -- Upgrade Audio Conference System

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
 
ZIP Code
49017-3092
 
Solicitation Number
SP4410-06-Q-9038
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 for the following commercial items/tasks: Items ? CLIN 0001) 72 Port PSTN Audio Conference manager; Mfr: Sonexis; P/N: RMP50192; Quantity: 1 each; CLIN 0002) 24 Port PSTN Audio Upgrade Pack; Mfr: Sonexis; P/N: CMPUP024; Quantity: 5 each; CLIN 0003) 5 Seat Web Upgrade Pack; Mfr: Sonexis; P/N: CMWUP005; Quantity: 10 each; CLIN 0004) Audio Record and Playback License Key; Mfr: Sonexis; P/N: SCM004PA; Quantity: 1 each; CLIN 0005) 36-month Extended Care Point of Sale; Mfr: Sonexis; P/N: EXCPS036; Quantity: 242 each; CLIN 0006) Visit to Customer Site; Mfr: Sonexis; P/N: SON00TRV; Quantity: 1 each; and CLIN 0007) On-site Training/Installation to perform the tasks below; Mfr: Sonexis: P/N: SON08TIN; Quantity: 1 each. This announcement constitutes the only solicitation and a written solicitation will not be issued. Tasks ? 1) Site survey and mounting of Sonexis Conference Manager System. System is designed to fit in standard 19? rack/cabinet occupying 2U of space for each system. Rack screws to be provided by DLIS. 2) Verify installation of all existing patches. 3) Configure new system and conduct testing of audio and network components. Telephony Cables (8) from PBX to Conference Manager will be provided by DLIS. Cable length recommended not to exceed 30 feet. 4) Configure network components with IP information provided by DLIS. System invitations sent via email are sent anonymously by default, if authentication is required by mail server, Basic authentication is supported as well as NTLM. Test will be run internally/externally of email notifications both on the scheduling aspect but as well as the administrative alert level. 5) Hard code Network Interface to 100Mb-Full Duplex and recommend DLIS do the same on the interfacing Ethernet switch. Conduct network testing. 6) Testing client side of scheduling interface both web as well as Outlook. Also test the web conferencing features. 7) Export User list from existing system and import to the new additional system. Verify integrity of import. 8) Conduct Administrator Training with the designated administrator(s). Discuss branding options and educate on system specifics in regards to file locations and permissions. 9) Conduct User/Host/Participant training with those requested by DLIS. 10) Document system installation with customer, walk-though inspection, and sign off (acceptance of work. This is issued as a Request for Quotation (RFQ) SP4410-06-Q-9038. This RFQ is for licenses to upgrade and replace audio conferencing system and 36 months of extended care support, vendor site visits, onsite installation, and training. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 20060908. This procurement is 100% small business set-aside with the North American Industry Classification Systems (NAICS) Code of 334210 with a small business size standard of 1,000 employees per FAR 52.219-1 and 52.219-6. The price quote shall include a completed FAR 52.212-3, Offerors Representation and Certifications ? Commercial Items. The following provisions/clauses apply to this RFP: FAR 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-2, Evaluation ? Commercial Items; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; and applicable clauses to the RFP. Solicitation Clause DRMS 52.228-9R01 Insurance Coverage Amounts, and FAR 52.228-5, Insurance ? Work on a Government Installation, require insurance coverage requirements. Insurance certificate shall be provided to the Contracting Officer within 10 days from the date of award (amounts of insurance: Worker's Comp and Employer's Liability: Comply with applicable Federal and State Statutes General Liability-Bodily Injury Liability Coverage- $500,000 per occurrence; Automobile-$20,000 per person/$200,000 per occurrence; Bodily Injury $500,000 per occurrence. The clauses and provisions included in this RFP by referenced can be accessed electronically at this addresses: http://www.arnet.gov/far/ and http://farsite.hill.af.mil/. For DRMS local clauses see http://www.drms.dla.mil/drmsp/clauses/drmscls0701.pdf. The contract will be awarded based on the evaluation factor of Price. The following require fill-in by the offerors: Bid Schedule with all the CLINs listed above and 52.212-3, Offeror Representations and Certifications ? Commercial Items, must be submitted with your proposal. To be eligible to receive an award from Department of Defense (DoD) activities, you must be registered in the DoD Central Contractor Registration (CCR) database. To access the CCR homepage, go to http://www.ccr.com or call 1-888-227-2423 regarding questions to the CCR. Questions regarding this combined synopsis/RFQ must be submitted in writing by email to Karen Hammontree at Karen.Hammontree@dla.mil. Submit complete RFQ packages by mail or email to Defense Reutilization and Marketing Service, Attn: Karen Hammontree, DRMS-POB, 74 North Washington Avenue, Battle Creek, MI 49017-3092, or by email to Karen.hammontree@dla.mil. No facsimile submissions will be accepted. All responsible sources may submit a proposal which shall be considered for award.
 
Place of Performance
Address: HDI Federal Center, 74 Washington Avenue North, Battle Creek MI
Zip Code: 49017
Country: UNITED STATES
 
Record
SN01151729-W 20060924/060922220129 (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.