Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2007 FBO #1924
SOLICITATION NOTICE

99 -- Video Teleconferencing

Notice Date
3/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-07-T-0608
 
Response Due
3/16/2007
 
Archive Date
4/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The U.S. Army, Joint Munitions & Lethality LCMC Acquisition Center Maneuver Ammunition & Ground Systems Contracting Center Picatinny Arsenal, NJ, intends to solicit, negotiate, and award a purchase order for a specific contractor to provide services to provide and install video teleconferencing and computer display equipment in the conference room of Building 171, First Floor Annex, located on Picatinny Arsenal, NJ. The solicitation number is W15QKN-06-T-0608 and is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This acquisition is being 100% set aside for small business concerns. The applicable North American Industry Classification System (NAICS) code is 42369, and the size standard for this NAICS code is 500 employees. There will be two (2) CLIN???s (Contract Line Item Numbers) in the contract. One CLIN is to cover the costs of providing and installing video teleconferencing and computer display equipment, and the second CLIN will represent the Contractor Manpower Reporting requirement in accordance with the Statement of Work paragraph 7.0. The Statement of Work is as follows: 1.0 OBJECTIVES The conference room on the first floor of the Building 171 Annex, used primarily by the PEO Ammunition Programs Office, has a requirement to be equipped with video teleconferencing and computer display equipment similar to several other conference rooms in the Building 171 complex. 2.0 REQUIREMENTS 2.1 The contractor shall provide and install the following equipment: 2.1.1 Wall-mounted 50??? plasma display panel, including a Smart Technologies, Inc., interactive overlay, 2.1.2 Audio amplifier and speakers. 2.1.3 Polycom VSX-7400E VTC codec, including Image Share and multi-site capabilities, and componentry required to interface with Government-provided ISDN connections. (3 BRI) 2.1.4 Combination DVD/VCR player, with video and audio through plasma display and speakers. 2.1.5 Switching component(s) to allow selection of plasma screen display of VTC, DVD/VCR, commercial cable TV signal, desktop computer output, or optional temporary laptop computer output. All connections will include video and audio signals (desktop and laptop computers to be furnished by the Government). 2.1.6 Components necessary to allow transmission of local computer display content, i.e., graphics, to remote VTC participant(s). 2.1.7 Components necessary to provide display of desktop computer output on local computer monitor simultaneously with the plasma display. (Local monitor to be provided by the Government) 2.1.8 All required interconnection cabling and connectors. 2.1.9 An equipment cabinet/stand to house system components as required, including the GFE computer and monitor. 2.2 The contractor will also provide all required site design, engineering, supervision, and operational testing to ensure full functionality of all components. 2.3 The contractor will provide, when included in the purchase price, manufacturer???s warranties on all new components. 2.4 Training: On a mutually agreed upon day and time, the contractor will provide up to 2 hours of on-site demonstration and training in Bldg. 171 Picatinny Arsenal for up to eight (8) Government and Contractor personnel on all system functionality and operation thereof. 2.5 Resources: The contractor must provide all personnel, supplies and materials needed to accomplish this SOW. 3.0 GENERAL REQUIREMENTS: 3.1 Contract Deliverables: The Contractor will deliver an equipment list and detailed interconnection drawings, identifying all equipment and connections in contractor???s format for all componentry and cabling. All connections to be identified as labeled on each component. 3.2 Period of Performance is 60 days after contract award. It is anticipated that the Contractor will require 1 week exclusive access to the conference room. 3.3 Place of Performance is Bldg. 171 annex, Picatinny Arsenal, NJ. 4.0 ATTACHMENTS 4.1 Performance Requirements Summary/Quality Assurance Surveillance Plan Performance Requirement: 2.0 Requirements (2.1 & 2.2) System Design and Installation Performance Measure: Timeliness and Quality Performance Standard: SOW efforts will be completed within the period of performance. Supply and installation of equipment resulting in a fully functional system that meets the SOW requirements. Acceptable Performance Level (APL): 100% Method of Surveillance: SME Performance Requirement: 2.4 Training Performance Measure: Timeliness and Quality Performance Standard: Training must be completed by the mutually agreed upon timeframe. Training must be sufficient quality to allow independent operation of all system capabilities. Acceptable Performance Level (APL): 100% Method of Surveillance: SME Performance Requirement: 2.5 Resources Performance Measure: Timeliness and Quality Performance Standard: Resources will be provided when required. Resources provided will have the skill mix and expertise required to complete the effort IAW SOW requirements. Acceptable Performance Level (APL): 100% Method of Surveillance: SME 4.2 REMEDIES 4.2.1 The Government may seek consideration for contractor performance that does not meet the performance standards in the Statement of Work. When performance is not in accordance with the contract, the contractor after notice from the Contracting Officer shall cure within 10 days or more if authorized by the contracting officer. 4.2.2 The amount of consideration for non-conforming performance by the contractor to be provided to the government shall be determined by mutual agreement. If the contractor and government are unable to agree to the amount of consideration, the Contracting Officer shall issue a final decision with a determination of the amount of consideration. 4.3 REPORTING: Any problems will immediately be reported to PEO attn: Ms. Heather Vimba at (973) 724-4923. 4.3.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer???s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub- contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title Associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) ; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor???s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation ??? Commercial Items, applies to this acquisition. A single award will be made to the responsible offeror whose offer is determined to be the best value to the Government based on Technical Acceptability and Price. The offer will be determined to be technically acceptable based on in-house technical evaluation. The technical evaluation will be a determination as to whether the proposed service meets the technical specifications as stated above. Award will be made to the lowest-priced, technically acceptable offeror. Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications ??? Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ??? Commercial Items, applies to this acquisition. The following additional FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (JAN 1999) 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (APR 2002) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-41, Service Contract Act of 1965 (JULY 2005) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33, Payment by Electronic Funds Transfer ??? Central Contractor Registration (OCT 2003) Offerors are required to include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications ??? Commercial Items, with their offer. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 252.225-7001 Buy American Act and Balance Of Payment Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (MAY 2004) 252.247-7023, Alternate III, Transportation of Supplies by Sea (MAY 2002) The following FAR, DFARS, and Local ARDEC clauses are applicable to this acquisition: 52.204-7, Central Contractor Registration (OCT 2003) 252.204-7004 Alternate A, Central Contractor Registration (NOV 2003) ARDEC 46, Deliveries to TACOM-ARDEC ARDEC 59, Payment ARDEC 68, Identification of Contractor Employees ARDEC 76, Material Inspection and Receiving Report ARDEC 163, Disclosure of Unit Price Information ARDEC 171, Invoicing Full text versions of FAR and DFARS provisions and clauses can be found at http://akss.dau.mil/jsp/default.jsp. Full text versions of Local ARDEC clauses can be found at http://procnet.pica.army.mil/Reference/Clauses/ClausesFrameset.htm. The Defense Priorities and Allocations System (DPAS) rating for this acquisition is DO-C9E. Numbered Note 1 is applicable to this acquisition and can be found at http://www.fbo.gov/Numbered_Notes.html. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a CAGE code and DUNS number. Offers shall be received at the contracting office no later than 4:00 PM ET, March 16, 2007. Offers should be submitted via e-mail to kristina.m.lukin@pica.army.mil, or on CD-ROM to The U.S. Army, Joint Munitions & Lethality LCMC Acquisition Center Maneuver Ammunition & Ground Systems Contracting Center, AMSML-AQ-MA, ATTN: Ms. Kristina Lukin, Bldg. 10, Picatinny Arsenal, NJ 07806-5000. The contracting office is not responsible for incomplete, late, lost, misdirected mail or for any technical malfunction, lost/delayed data transmission, omission, interruption, deletion, defect or line failure in connection with any telephone network, computer equipment, software or any combination thereof. For information regarding this solicitation, please contact Ms. Kristina Lukin at (973) 724- 4562, or email kristina.m.lukin@pica.army.mil. Site visits will be scheduled on March 6th & March 8th 2007 between the hours of 0900 to 1500 to allow offerors to inspect the work area in which the equipment will be installed. Please contact Ms. Kristina Lukin to make arrangements. Arrangements should be made at least one day prior to the site visit.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-07-T-0608)
 
Record
SN01242840-W 20070304/070302221442 (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.