SOLICITATION NOTICE
D -- Maintenance upgrade/renewal; Reporter Module; and Video Engineering Services - Attachment 1
- Notice Date
- 3/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
- ZIP Code
- 02114
- Solicitation Number
- MCT-A197-R1
- Archive Date
- 4/15/2010
- Point of Contact
- Robert Stachowski, Phone: (617) 918-1913, Ian, Phone: (617) 918-1023
- E-Mail Address
-
stachowski.robert@epa.gov, epstein.ian@epa.gov
(stachowski.robert@epa.gov, epstein.ian@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- EPA VBRICK Equipment 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; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 dated February 10, 2010. The Synopsis/solicitation number is MCT-A197-R1. In accordance with FAR 19.502-2(a), this purchase is set aside for small business. The Naics Code is 334290 with a size standard of 750 employees and /or a NAICS Code of 517911 with a size standard of 1500 employees. The Environmental Protection Agency (EPA) Region 1 is considering entering into an agreement with VBRICK Systems Inc located in Wallingford CT. or a vendor(Reseller) authorized by VBRICK. This requirement is for VBRICK Gold-plus service and maintenance of EPA owned equipment identified in attachment 1 and as specified in item 1 below, plus the additional software and support as specified in items 2 and 3 below. Market Research conducted in support of this equipment has concluded that this PROCUREMENT IS A SOLE SOURCE ACQUISITION with VBRICK or an authorized VBRICK Reseller under the authority of FAR 6.302-1. The proposed contract action is for services which the Government intends to solicit and negotiate with only qualified sources as stated above under the authority of FAR 13.106(b)1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all proposals received on or before the closing date of this publication of will be considered by the Government. 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. We anticipate awarding a firm fixed price contact. Maintenance, Software and Support shall consist of the following: Item 1. VBRICK Gold-plus maintenance annual subscription renewal for all EPA owned equipment and serial numbers listed in attachment 1. This included EPA to upgrade to Major Software upgrades such as VEMS (VBRICK Enterprise Media System, MCS 6.0). Period of Performance is for one year starting at a mutually agreed upon date after award between vendor and EPA. Item 2. Ethernetv Reporter Software- Allows for creation of Ethernet TV usage reports. The summary and detail reports provide information on system use, including client and live streaming, most frequently watch VoD content, date and time filtering and veiewing by geographic location. This is a web based applicationthat can be accessed locally on the Ethernet TV Portal Server or remoteely from any web client. Licensed for 5 users. Ethernet TV Portal Server is required. Item 3 Video Engineering support. Two (2) days on-site to provide the following: a) Portal upgrade to VEMS; 2) installation of ETV-Reporter module; 3) VEMS server configuration (i.e.) enabling LDAP, etc.); 4) OTJ admin/user training. Complete items 2 and 3 within 30 days of Award. Invoice Payment for Item 1 Quarterly in arrears. Invoice payment for items 2 and 3 net 30 days after delivery is complete. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. In addition, the following clauses and provisions apply: FAR 52.212-4, Contractor Terms and Conditions-Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Section(b) with the following paragraphs checked as applicable:(18), (19), (20), (21), (22), (24), and (30) plus clause 52.252-2, clauses incorporated by reference. The following EPA EPAAR clauses are required: 1552.211-79; 1552.224-70 and 1552.233-70. Additionally, "Prohibition on Obligating or Awarding EPA Fiscal Year 2010 Federal Funds to ACORN. EPA's Appropriations Act for Fiscal Year 2010 (Public Law 111-88), Title IV General Provisions (including transfers of funds), Prohibition on Use of Funds, Section 427 states, "None of the funds available under this Act may be distributed to the Association of Community Organizations for Reform Now (ACORN) or its subsidiaries." Furthermore, Pursuant to Section 4 of "Executive Order 13513 - Federal Leadership on Reducing Text Messaging While Driving," EPA encourages contractors and subcontractors to adopt and enforce policies that ban text messaging while driving company-owned or rented vehicles, or Government owned vehicles, or while driving privately owned vehicles when on official Government business or when performing any work for or on behalf of the Government.EPA also encourages Federal contractors and subcontractors to conduct initiatives such as, but not limited to: (1) considering new rules and programs, and re-evaluating existing programs to prohibit text messaging while driving; (2) conducting education, awareness, and other outreach for employees about the safety risks associated with texting while driving, and (3) encouraging voluntary compliance with the Government's text messaging policy while off duty.The Government is in the process of amending the Federal Acquisition Regulation to implement Executive Order 13513. The Government will award a Order resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation provisions, and is evaluated based on the Lowest Price total for all items listed and is Technically Acceptable. THE RESPONSE DATE FOR THIS REQUEST FOR QUOTATION IS March 31, 2010, 4:30 PM EST. Email to the Point of Contact listed below. Quotations (including delivery date) should be sent via e-mail or hard copy. All offerors are responsible to confirm the successful transmission of electronic data. Late responses will not be considered. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors are responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award can 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. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/MCT-A197-R1/listing.html)
- Place of Performance
- Address: Five Post Office Square, Suite 100, Boston, Massachusetts, 02109-3912, United States
- Zip Code: 02109-3912
- Zip Code: 02109-3912
- Record
- SN02101421-W 20100326/100325011548-d6c0e5cbd0f1306bc9b5bd8823bbc659 (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 |