Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

58 -- SECURE TELECONFERENCING SYSTEM

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, Mission and Installation Contracting Command, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W91BVV82472012
 
Response Due
9/19/2008
 
Archive Date
3/18/2009
 
Point of Contact
Name: Carla Horsager, Title: Purchasing Agent, Phone: 7852391001, Fax: 7852395178
 
E-Mail Address
carla.horsager@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91BVV82472012 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Riley, KS 66442 The USA ACA Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, PART NUMBER: CC-STS-D-S/NS. STS-D (BASIC) TM-STANDARD DEPLOYABLE SECURE/NON-SECURE VTC ROOM SYSTEM RACKED IN TRANSPORTABLE CASE, INCLUDES TANDBERG 3000 CODEC (384KB W/NPP), DISA JITC, COMSEC, TEMPEST CERTIFIED ISEC-320 SEITCH, LCD DISPLAY, KIV-7 HOUSING, IMUX COMBO, SPEAKERS, PTZ CAMERA AND EASY ACCESS PATCH PANEL. DOES NOT SUPPORT ON SCREEN DIALING-CALLS MUST BE DIALED FROM IMUX., 6, EA; LI 002, PART NUMBER: CC-DI 366. RS 366 DIAL IS0LATOR-JITC/COMSEC COMPLIANT, 6, EA; LI 003, PART NUMBER: CC-KIV-DI366. DIAL ISOLATOR CABLE KIT- RED/BLACK CABLE ASSEMBLY KIT FOR RS 366 DIAL ISOLATOR. KITS SHIP WITH STANDARD 6' CABLES, CUSTOM LENGTH KITS ARE AVAILABLE FOR A 25% SURCHARGE UP TO 20" CC-KIV-7KIT (M-XX) (PIN-OUT AND CABLE ASSEMBLY OPTIONS MUST BE VALIDATED, 6, EA; LI 004, PASRT NUMBER: CC-ISEC-STS-MOD. ISEC MOD-CUSTOMIZATION OF STANDARD ISEC SYSTEM TO SUSTITUTE AUTHORIZED ALTERNATIVE SUBSYSTEM, CABINET OR RACK, 6, EA; LI 005, PART NUMBER: CC-ISEC-SUSP. ANNUAL ISEC-IPDC UPDATE SUBSCRIPTION PLAN PROVIDES SOFTWARE SUPPORT AND RELEASE UPGRADES FOR CRITICOM. IPDC TO ADDRESS INDUSTRY STANDARD CODEC SOFTWARE UPDATES AND CHANGES. REQUIRED FOR ALL SYSTEMS USING IPDC CONTROLLERS TO REMAIN INTEROPERABLE, 6, EA; LI 006, PART NUMBER: 114456MS. PORTABLE 3000 V.35 MXP MULITSITE (MS) (REQUIRESNPP), 6, EA; LI 007, PART NUMBER: CC-ISEC-IPADD. ISEC-323TM (TEMPEST VERSION) ADD ON. FACTORY UPGRADE ADDING H.323 (IP) SECURE/NON SECURE SWITCHING MODULE TO ISEC-320 SYSTEM TO SUPPORT BOTH ISDN AND IP. PROVIDES COMSEC TEMPEST CERTIFIED OPTICAL ISOLATION SWITCH, IP DOMAIN CONTROLLER, CABLING AND MISC. INTEGRATION COMPONENTS. ENCRYPTOR GFE OR AVAILABLE SEPARATELY FROM CRITICOM, CLIENT MUST PURCHASE IPDC SUBSCRIPTION PLAN., 6, EA; LI 008, PART NUMBER: CC-DCEC*. INTERFACE CABLES AND PATCH PANEL FOR DUAL CASE SYSTEMS, 6, EA; LI 009, PART NUMBER: CC-CM200*. CM200 POWER MODULE, 6, EA; LI 010, PART NUMBER: CC-GEW. GOLD EXPANDED WARRANTY-PROVIDES BASE YEAR (YEAR 1) 12X5 HELP DESK, REPLACEMENT PARTS AND SW UPDATES BILLED WITH HW, 1, EA; LI 011, PART NUMBER: CC-PMS. PROJECT MANAGEMENT SUPPORT, 1, EA; LI 012, PART NUMBER: CC-SE. SYSTEM ENGINEER, 72, EA; LI 013, PART NUMBER: CC-ISEC-STS-L46K7. ISEC-STSTM WITH 46" LCD (ISDN VERSION) SECURE TELECONFERENCING SYSTEM. INCLUDES 384 KBPS (ISDN) RACK MOUNTED CODEC WITH GRAPHICS; DISA, JITC, TEMPEST CERTIFIED ISEC-320 FIBER OPTIC ISOLATION SWITCH; KIV-7 HOUSING DIAL ISOLATOR, 46" LCD CREDENZA CART QUAD-BRIIMUX, SIGN AND CABLES. SYSTEM SUPPORTS PERIOD PROCESSING OF H.320 VTC CALLS BETWEEN TWO SECURITY DOMAINS. ENCRYPTOR GFE OR AVAILABLE SEPARATELY FROM CRITICOM., 1, EA; LI 014, PART NUMBER: ISEC-323TM (NIAP VERSION) ADD ON. FACTORY UPGRADE ADDING H.323 (IP) SECURE/NON-SECURE SWITCHING MODULE TO ISEC-320 SYSTEM TO SUPPORT BOTH ISDN AND IP PROVIDES DISA,NIAP CERTIFIED OPTICAL SWITCH, IP DOMAIN CONTROLLER, CABLING AND MISC. INTEGRATION COMPONENTS. ENCRYPTOR GFE OR AVAILABLE SEPARATELY FROM CRITITCOM. CLIENT MUST PURCHASE IPDC SUBSCRIPTION PLAN, 1, EA; LI 015, PART NUMBER: CC-ESEC-SUSP. ANNUAL ISEC-IPDC UPDATE SUBSCRIPTION PLAN-PROVIDES SOFTWARE SUPPORT AND RELEASE UPGRADES FOR CRITICOM. IPDC TO ADDRESS INDUSTRY STANDARD CODEC SOFTWARE UPDATEDS AND CHANGES. REQUIRED FOR ALL SYSTEMS USING IPDC CONTROLLERS TO REMAIN INTEROPERABLE, 1, EA; LI 016, PART NUMBER: CC-PEW. PLATINUM EXPANDED WARRANTY-PROVIDES BASE (YEAR 1) 12X5 HELP DESK, REPLACEMENT PARTS, ON-SITE TECHNICAL LABOR AND SW UPDATES, BILLED WITH HW, 1, EA; LI 017, PART NUMBER: CC-GI. GOLD INSTALLATION, 1, EA; LI 018, PART NUMBER: CC-GIG. GOLD INTEGRATION, 1, EA; LI 019, PART NUMBER: CC-PMS. PROJECT MANAGEMENT SUPPORT, 1, EA; LI 020, PART NUMBER: CC-JTR. TRAVEL & PER DIEM THAT REQUIRES 14 DAYS ADVANCE NOTICE TO CUSTOMER FOR COORDINATION OF INSTALLATION, 1, EA; For this solicitation, USA ACA Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d85d6007201bbbb0b54ee6ddf9441fe9&tab=core&_cview=1)
 
Place of Performance
Address: Fort Riley, KS 66442<br />
Zip Code: 66442-0001<br />
 
Record
SN01664207-W 20080911/080909221349-d85d6007201bbbb0b54ee6ddf9441fe9 (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.