SOLICITATION NOTICE
59 -- 100% small business set aside for the procurement of 1 each of TEMPEST 40in. VTC System with Wall Mount Based on the Polycom VSX8000 Codec-12X Zoom. Unit must be tested and approved by the Department of State.
- Notice Date
- 1/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W909MY-07-Q-Z115
- Response Due
- 2/6/2007
- Archive Date
- 4/7/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is a Request for Proposal (RFP), for W909MY-07-Q-Z115. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-23. The propsed contract is 100% set aside for Small Business concerns. The small business size standard, in millions of dollars is $8M for the North American Industry Classification System (NAICS) Code 443120. The U.S. Army intends to procure a quantity of One (1) TEMPEST 40 in. VTC System with wall mount based on the polycom VSX8000 Codec-12X Zoom. The additional specifications/description is as follows: Part Number: DTD-8000T-40; Ultra fast Pan/Tilt/Zoom Camer a, Auto Focus, Auto White Balance-H.261, H.263, H.264-Video Formats: NTSC/PAL Internal Speakers with Polycom Microphone Pod; 100MB Fiber SC Connection; 40-inch Samsung Monitor; One (1) year Replace and Destroy Warranty for Polycom box (Codec Only, Must re turn Housing to Depot); One (1) year Software Agreement for Maintenance & Updates. The VTC and/or offeror must possess the following: (1) Offeror must have the authorization and approval of the Department of State Tempest Testing Laboratory in order to produce the VTC for Government purposes; (2) The VTC must have been formally tested a nd approved by the Tempest Testing Laboratory of the Department of State. Shipments are to be FOB Destination. All items are to be shipped to: MTISC Attn: Craig Taylor 14119-A Sullyfield Circle Chantilly, VA 20151 Delivery shall be made within 30 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: DFARS 252.204-7003 Control of Government Personnel Work Product FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items FAR 52.212-3 Offeror Representations and Certifications Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items DFARS 252.212-7001 Contra Terms & Cond Reqd implement State/Exec. Orders Appl to Defense Acq of Comm. Items. This clause includes the following: 252.232-7003, 52.222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-29, 52.232-33, 52.232-36, 52.204-7 FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright infringement FAR 52.227-3 Patent Indemnity FAR 52.227-09 Refund of Royalties FAR 52.227-10 Filing of Patent Applications-Classified Subject Matter FAR 52.227-11 Patent Rights Retention by Contractor (Short Form) DFARS 252.227-7015 Identification and Assertion of Use DFARS 252.227-7016 Rights in Bid or Proposal Information DFARS 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions DFARS 252.227-7028 Technical Data or Computer Software Previously Delivered to the Government DFARS 252.227-7030 Techincal Data Withholding of Payment DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.227-7039 Patents Reporting of Subject Inventions FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work DFARS 252.243-7001 Pricing of Contract Modifications FAR 52.247-34 F.o.b. Destination The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist: FAR 52.6110 Mandatory Use of Contractor to Government Electronic Mail; FAR 52.7025 Place of Performance and Shipping Point 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Coding FAR 52.7050 Administrative Data/ Instructions to Paying Office and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/indext.htm or http://www.acqnet.gov/far/ . BASIS FOR AWARD: The Offerors must submit proposals on the full quantity identified. In accordance with FAR 52.212-2 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most a dvantageous to the Government, price and other factors considered. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is recei ved before award. The Contracting Officer reserves the right to make no award under the procedures. Offers are to be received by February 6, 2007 by 2:00PM Eastern Standard Time. All Contractors not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. The US Army C-E LCMC has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations from C-E LCMC to industry. All parties interested in doing business with C-E LCMC are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The Point of Contact for this action is, Sandie Kapoor, Contract Specialist, 703-325-6094 or sandie.kapoor@us.army.mil.
- Place of Performance
- Address: US Army C-E LCMC Acquisition Center - DAAB07 2461 Eisenhower Avenue, Room 1126 Alexandria VA
- Zip Code: 22331-0700
- Country: US
- Zip Code: 22331-0700
- Record
- SN01216740-W 20070124/070122220805 (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 |