Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOLICITATION NOTICE

J -- Audio/Video Equipment Maintenance

Notice Date
12/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F7014-11-T-0011
 
Archive Date
1/11/2011
 
Point of Contact
Michael V Lee, Phone: (240) 857-2157, A1C Joonpil Hwang, Phone: 240-857=-4725
 
E-Mail Address
michael.lee@bolling.af.mil, joonpil.hwang@afncr.af.mil
(michael.lee@bolling.af.mil, joonpil.hwang@afncr.af.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) FA7014-11-T-0011. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. The North American Industry Classification System Code (NAICS) is 811213 with a business size standard of $10M. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). The Joint Personnel Recovery Agency (JPRA) has a requirement to renew its annual maintenance agreement supporting the audio and video equipment located in the main conference room and classroom of Building 358 located at Fort Belvoir, VA. Audio/Video Maintenance Requirements are as follows: JPRA Commander Conference Room • 24x7 on-site technician support (available to respond on-site when required as determined by the Helpdesk) • 24x7 technical support provided via a Helpdesk • 24x7 access to a videoconferencing test facility • RMA support, repair, or replacement parts for defective equipment, software updates, and manufacturer warranty support on all video conferencing and A/V equipment in the conference room, listed below, including coverage on the Crestron touch-panel code. ** (2) GFE flat panel displays. ** Extron Ultra-Wideband 8x8 Matrix Switcher with Advance Digital Sync Processing ** Extron Scaling Presentation Switcher. ** (1) CIS Secure Dual IP Network Isolation Switch ** (1) Isolated RS530 Switch, Remote Status Display and Red / black cabling. ** (1) Crestron 12" G Series color touch panel with Quick Media Transport technology ** (1) Crestron 10" color touch panel, ** (1) 5" color touch panel ** (1) AV2 control processor and applicable accessories ** (1) 21U mobile equipment rack, with caters, locking front and rear doors and rack rails. • Provide next business day replacement parts coverage on the Polycom and Tandberg video conferencing equipment, listed below. ** (1) Tandberg 6000 MXP with a V.35 interface, one (1) PrecisionHD camera, Natural Presenter Package and Multi-Site software options. ** Polycom Sound Structure 8 channel microphone mixer and echo canceller, Polycom Sound Structure PSTN Telephone interface and quantity six (6) Astatic boundary microphones. • Provide minor software code changes to the touch panel system JPRA Training Classroom • 24x7 technical support provided via a Helpdesk • 24 x 7 access to a video conferencing test facilities (IP/ISDN) • RMA support, repair or replacement parts for defective equipment, software updates, and standard manufacturer warranty support on all video conferencing and A/V equipment, listed below, including coverage on the Crestron touch-panel code. ** (2) 4000 Lumen Hitachi High Definition capable projectors ** (2) SmartTechnology Smart Board Interactive Whiteboards, model 690 ** Extron Ultra-Wideband 8x8 Matrix Switcher with Advance Digital Sync Processing ** Extron Scaling Presentation Switcher ** (1) CIS Secure Dual IP Network Isolation Switch ** (1) Isolated RS530 Switch, Remote Status Display and required Red / black cabling ** (1) Crestron 10" color touch panel ** (1) AV2 control processor and applicable accessories ** (2) Middle Atlantic Slim 5 series equipment rack, 40 1/2"H, each, with a set of four (4) casters (2 locking), smoked glass doors, top mounted ventilation fans ** (2) Extron, one-gang wall plate with Computer Video and Stereo Audio Connectors • Provides next business day replacement parts coverage on the Polycom and Tandberg video conferencing equipment only, equipment listed below. All other equipment repair or replacement intervals will be in accordance with the standard manufacturer warranty. ** (1) Tandberg 6000 MXP with a V.35 interface, one (1) PrecisionHD camera, Natural Presenter Package and Multi-Site software options. ** Polycom Vortex Digital Signal Processor (DSP) microphone mixer and echo canceller with analog telephone hybrid interface. • Provide minor software code changes to the touch panel system JPRA SIPRNET MCU • (1) Full maintenance and replacement of the Tandberg MPS 200 MCU (serial number 60.02062) • (2) Full maintenance and replacement of the Tandberg MPS Add 8 V35 Ports option • (2) Full maintenance and replacement of the Tandberg MPS Add 20 AVO Ports option • (1) Full maintenance and replacement of the Tandberg MPS Additional 20 ports option JPRA VSC Control and Expressway • (1) Full maintenance and replacement of the Tandberg VCS Control (serial number 52A04983) • (1) Full maintenance and replacement of the Tandberg Expressway application (serial number 52A04866) JPRA Tandberg Management Suite • (1) Full maintenance and replacement of the Tandberg Management Suite (serial number 80A04507) INSPECTION CONDITION AND TERMS: Items shall be priced FOB Destination. Delivery/acceptance will be at 10244 Burbeck Rd., Bldg 358, Fort Belvoir, VA. 22060. FAR PROVISIONS: FAR 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR Clause 52.212-1 applies to this acquisition are as follows: http://farsite.hill.af.mil, 52.252-1, 52.252-3, 52.211-3, and 52.252-5; DFARS (Chapter 2) 252.225-7000. EVALUATION PROCEDURES: The Government will select the best overall offer based on price and ability to meet the specifications identified in the requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT 1 applies to this acquisition and offeror(s) must include a completed copy with its offer. FAR 52-212.3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at ORCA. If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR CLAUSES: FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follows: 52.214-34, 52.214-35, 52.223-11, 52.247-34, and 52.252-2, 52.252-6, 52.253-1, 52.204-7: (b) DFARS (Chapter 2) 252.204-7003, 252.204-7003, 252.204-7004 ALT A, 252.212-7001: 252.225-7001, 252.232-7003, 252.247-7003, 252.203-7003, 5352.242-9000, and 5352.201-9101: (c) Col. Timothy Applegate, AFDW/PK, 2822 Doherty Drive, Building 94, Suite 310, Anacostia Annex, DC, 20373, Phone: 202-767-8046. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 ALT I, 52.222-50, 52.219-6, 52.219-28, 52.222-3, 52-222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.323-33, and 52.233-4 apply to this acquisition. To be eligible for an award, all contractors must be registered in the Central Contractors Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register in CCR. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow (WAWF). You can register at https://wawf.ef.mil/index.html. All written quotes must be received by 11:59 P.M. Eastern Standard Time (EST) on 27 December 2010 by e-mail to michael.lee@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code, DUNS, and Tax ID number. All questions regarding this solicitation should be addressed in writing to Michael V. Lee, Contract Specialist, Phone: 240-857-2157 via e-mail to michael.lee@afncr.af.mil, no later than 27 December 2010, 11:59 P.M. Eastern Standard Time (EST). An alternate Point of Contact is A1C Joonpil Hwang, Contract Specialist, 240-857-4725 or email joonpil.hwang@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F7014-11-T-0011/listing.html)
 
Place of Performance
Address: 10244 Burbeck Rd., Bldg 358, Fort Belvoir, VA. 22060., Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02341397-W 20101211/101209234119-ccd49bea011ab44a7ab17e0d448ec0d5 (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.