DOCUMENT
58 -- TANDBERG VIDEO TELECONFERENCE SYSTEMS - SOLE SOURCE J-A
- Notice Date
- 9/5/2008
- Notice Type
- SOLE SOURCE J-A
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Center, 23755 Z Street, Riverside, California, 92518-2031
- ZIP Code
- 92518-2031
- Solicitation Number
- hq002882418602
- Archive Date
- 10/4/2008
- Point of Contact
- Leila S. Miller,, Phone: (951) 413-2402, Artimae Shepherd,, Phone: 951-413-2303
- E-Mail Address
-
leila.miller@dodmedia.osd.mil, atrimae.shepherd@dodmedia.osd.mil
- Small Business Set-Aside
- N/A
- 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; a written solicitation will not be issued. This is also a notice of intent to issue a contract to Tandberg, Inc., 1860 Michael Faraday Drive, Suite 250, Reston, VA 20190, on a sole source basis under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, 10 U.S.C. 2304(c)(1). Solicitation/synopsis reference number HQ002882418602 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-25 effective 22 Apr 2008 and DFARS Change Notice 20080423. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all requirements in CLIN 0001 below. The items requested herein are items unique to the manufacturer, and must interface with existing equipment. No substitutions will be accepted. See attached Sole Source J-A. (3)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (NOV 2007) with Alt 1 (APR 2002) or indication that reps and certs are in ORCA. CLIN 0001 – THE CONTRACTOR SHALL PROVIDE ONSITE INSTALLATION AND TRAINING OF TANDBERG PORTABLE MXP VIDEO BRIDGE SYSTEM AT AFOSI/XIP, ANDREWS AFB; SYSTEM TO INCLUDE THE FOLLOWING MATERIALS AND SERVICES: 2EA PORTABLE 6000MXP(113540), 2EA PORTABLE 6000 MXP SOFTWARE NATURAL PRESENTER PACKAGE(113827NPP), 2EA PORTABLE 6000 MXP CUSTOMER CORE SERVICE 1-YR (113540V31D), 7EA TANDBERG 6000 MXP PROFILE SINGLE-50-IN WXGA PLASMA(115880), 7EA 6000 MXP SOFTWARE NATURAL PRESENTER PACKAGE(113820NPP), 7EA WHEEL BASE OPTION FOR TANDBERG 6000 MXP PROFILE SINGLE 50-IN (115075),7EA TANDBERG 6000 MXP PROFILE, CUSTOMER CORE SERVICE 1-YR(115880V31D), 7EA TANDBERG 6000 MXP PROFILE, ONSITE INSTALLATION AND TRAINING(11588V07D), 9EA TRADE IN VALUE ON EXISTING CODECS). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received by the closing date specified in the Request for Quotes (RFQ). A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will consider quotes only from “authorized resellers” of Tandberg equipment. All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr2000.gov and follow the instructions. FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=942692fad52dfd3aaf89cec6128b7bd6&tab=core&_cview=1)
- Document(s)
- SOLE SOURCE J-A
- File Name: SOLE SOURCE J-A (Sole Source J-A.doc)
- Link: https://www.fbo.gov//utils/view?id=2545998aec38be125ee4316aa4c436eb
- Bytes: 35.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SOLE SOURCE J-A (Sole Source J-A.doc)
- Place of Performance
- Address: HQ AFOSI/SCX, 1535 COMMAND DR SUITE EE 219, ANDREWS AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01661650-W 20080907/080905223238-942692fad52dfd3aaf89cec6128b7bd6 (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 |