Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

D -- ZyrOSS Data Collector Software Packages - 2 Each

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW10T0114
 
Response Due
7/26/2010
 
Archive Date
9/24/2010
 
Point of Contact
Johnny A. Redford, 703-428-0820
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(johnny.redford@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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. SECTION A This is a combined synopsis/solicitation for commercial items / service, 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. Solicitation number W91WAW-10-T-0114 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The Nation Capital Region Contracting Center (NCRCC), on behalf of the Headquarters Department of the Army Information Technology Agency Enterprise Operations, intends to procure ZyrOSS Data Collector Software for two Visual Telecommunication (TVC) systems. This requirement is for a 100% Service Disabled Veteran-Owned Small Business set aside. A Firm Fixed Price contract is anticipated. The anticipated award date is 29 July 2010. All responsible sources may submit a proposal, which will be considered. Request for Proposal (RFP) responses must be submitted IAW instructions of Evaluation-Commercial Items (FAR 52-212-2 and addendum) as stated in the RFP and provided to the Point of Contact (Johnny Redford, 703-428-0820, johnny.redford@us.army.mil ), identified in the RFP not later than 26 July 2010 at 1:00 PM EST. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to Price. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5 (b) are applicable to this acquisition: 52.219-6, 52.219-27, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 and 52.232-33. The complete text of the FAR and DFARS clauses and provisions are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. Proposals are due on 26 July 2010 at 1:00 PM EST. Proposals shall be e-mailed to: NCRCC - POC - Johnny Redford, 703-428-0820 johnny.redford@us.army.mil. SECTION B Description of Purchase: ZyrOSS Data Collector Software (2 Each); ITR # 30818 Product: TWO (2) Each - ZYROSS DATA COLLECTOR FOR POLYCOM PRODUCT V2.3 UNLIMITED (FOR UNLIMITED POLYCOM MCUS) TWO (2) Each - ZYROSS SUPPORT & MAINTENANCE AGREEMENT 3 YEAR UNLIMITED (FOR UNLIMITED POLYCOM MCUS)2 Deliverables: The deliverables statement, shown below, is required on all Price Quotes. The contracting office will NOT consider any Price Quotes without the deliverables statement below. Additionally, the items below will be part of the contract. 1. Request vendor supply proof of certification to resell specific manufacturers parts, listed in the parts list, as applicable, in accordance with partnership agreements. 2. Vendor must submit User and Technical Documentation for all equipment. 3. Vendor must present Maintenance/Warranty documentation, including an inventory of all items with serial numbers. 4. All equipment must be on the JITC and DISA APL (Approved Products List), or have an Interim Authority to Connect (IATC). 5. Army CIO/G-6 Memorandum on Video Teleconference Purchases, dated19 Sept 2007, subject: Video Teleconference (VTC) Purchases Using Army Small Computer Program (ASCP) Contracts, directs Army customers to purchase VTC requirements through ASCP using the recommended standards below to ensure compliance and interoperability between systems. If VTC requirements are not available through ASCP, then a waiver will be procured to allow purchase through other vendors. 6. Vendor must palletize all parts as a package, and mark with URIBE number (URIBE1010985) and ITR number (# 30818), before delivery. Deliver to: Army Information Management Support Center (PO URIBE1010985) 2530 Crystal Drive, 9th Floor Arlington, VA 22202-3944 Tel: 703-602-4122 Recommended standards for VTC systems on DVS II. IPv4 and IPv6 compliant: Video: H.261 H.263 H.263+ H.263++ H.264 60 Frames per second (FPS) Resolution CIF (352x288) SIF (252x240) 4CIF (704x576) 4SIF (704x480) Audio: G.711 56/64K, G.722 56/64K, G.728 G.711 7K, G.722.1 7K Siren 14 14K G.729A 3.4K G.711 3.4K, G.728 3.4K ITU Standards H.211 communications H.244/H281 Far End Camera Control H.255, H245 H.231 Multipoint calls H.243 MCU control H.233, H.234 & H235V3 encryption standard Bonding Mode 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6dff89bd3b5da55645e9c759c6115653)
 
Place of Performance
Address: Army Information Management Support Center ATTN: PO URIBE1010985 Washington DC
Zip Code: 20310-5200
 
Record
SN02210613-W 20100721/100719234950-6dff89bd3b5da55645e9c759c6115653 (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.