Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2008 FBO #2493
DOCUMENT

58 -- Video Teleconference System - Statement of Work

Notice Date
9/21/2008
 
Notice Type
Statement of Work
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
 
ZIP Code
20570
 
Solicitation Number
NLR-58-08-TMS-3
 
Archive Date
10/10/2008
 
Point of Contact
TaLisa M. Spottswood,, Phone: (202) 273-4040, Ebony Fultz,, Phone: 2022730731
 
E-Mail Address
talisa.spottswood@nlrb.gov, Ebony.Fultz@NLRB.gov
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, effective on June 12, 2008 _____APPLICABLE PROVISIONS: 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 Statutes or Executive Orders--Commercial Items (includes the following 52.222-26, 52.222-35, 52.222-36, and 52.222-37), FAR 52.217-5, FAR 52.217-8 and FAR 52.217-9 _____PROPOSAL FORMAT: Proposals are being sought from contractors who shall provide all necessary personnel and supervision to install, de-install, train, and deliver video teleconference equipment. Services include, but are not limited to, de-installing the existing Polycom equipment, installing new VTC equipment, training end users and the Agency's system administrator. Quotations are to be submitted in the following format: The contractor shall submit the following: 1) Technical Proposal-Technical proposals shall not simply rephrase or restate the Government's requirements, but rather, shall provide convincing rationale to demonstrate: (a) proficiency in each task areas and/or capability to as stated in the SOW, (b) show how minimum qualifications are met or exceeded, (c) provide brochures and/or documentation of the equipment you are proposing. 2) Phasing Plan-(a) A proposed delivery schedule for equipment, (2) an installation schedule, starting with the Washington, DC metro area, first, (3) training schedule, and maintenance 3) Cost Proposal-The offeror shall propose firm fixed price schedules for all specified services and related features identified in the solicitation (see CLIN listing). A justification of all pricing shall accompany the fixed pricing for each CLIN as well as an explanation for any bundling of services. For example, if all requested services are offered as part of Addianother item, this should be cited. Additionally, if additional line items are required, please add them and include justification and itemization. 4) Past Performance - A minimum of five (5) references of similar size and scope projects. Include abstact of project and any problems that were over come. Include name of reference The unit prices for services shall not include federal, state, or local taxes and duties in effect on the contract date that the taxing authority is imposing and collecting on the transactions or property covered by this contract. CLIN DESCRIPTION QTY U/I PRICE TOTAL 0001 Equipment 0001AA Group 1.- Four (4) Mobile Cart Unit Systems-Washington, DC 4 ea 0001AB Group 2 -Three (3) Mobile Cart Unit Systems- Washington, DC 3 ea 0001AC Group 3 -One (1) CODEC-11th Floor Joint Use Room - Washington, DC 1 ea 0001AD Fifty Two (52) Field Office Mobile Cart Unit System 52 ea 0002 Installation / Deinstallation ea 0003 Training 0003AA HQ End User Training-A minimum of three 1-2 hour training sessions must be delivered, on-site, at NLRB Headquarters, for up to 10 meeting participants, per session, ea 0003AB Administrator Training-A two-hour administrator training to cover the end points and EMS software 0003AC Follow-up Administrator Training-onsite 0003AD Field Office End User Training- on-site, at the time of installation 0003AE Field Office End User Training- a video training 0004 Enterprise Management Software (EMS) 1 ea 0005 Maintenance _____EVALUATION. The Government intends to award a single contract to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government and represents the best value, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capability and functionality of proposed equipment, as well as adherence to go/no go factors 2) Phasing/Implementation Schedule (The NLRB is seeking to receive, install, and train on an aggressive schedule, with the Washington, DC metropolitan area, being the first to begin installation and training. The equipment can be delivered to each site.) 3) Past Performance 4), price/cost. Technical capability, phasing/implementation schedule, and past performance, when combined, are significantly more important than price/cost.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c74bc314d7369bbbcae90d90ba001016&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (VTC SOW.doc)
Link: https://www.fbo.gov//utils/view?id=df122cc1b077c0dbd7b577aabbee724c
Bytes: 374.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: various locations, Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN01677488-W 20080923/080921213041-c74bc314d7369bbbcae90d90ba001016 (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.