SOLICITATION NOTICE
70 -- WIRELESSHOTSPOT
- Notice Date
- 2/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-11-CSS-WIRELESSHOTSPOT
- Archive Date
- 3/11/2011
- Point of Contact
- Anthony J. Williams, Phone: 7037671181
- E-Mail Address
-
anthony.j.williams@dla.mil
(anthony.j.williams@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-3, effective March 31, 2009. The applicable North American Industry Classification Standard Code is 517919 and the small business size standard is $25,000,000.00. The award will be in accordance with FAR 6.1. The solicitation will result in a firm- fixed price contract. Please submit all questions via email to the Point of Contact by February 22, 2011. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The intention of this solicitation is to obtain a contractor to provide non-personal services for Wireless “Hotspot” to support connectivity in support of the DLA Energy’s new office facility at 8111 Gatehouse Road, Falls Church, Virginia 22042. DLA has a requirement to renew support the connectivity for DLA Energy employees in a new office facility in Falls Church. The following equipment, installation, and services are required: Clin # Qty. Description 0001 (1) Optical Internet 100MB 0002 (1) Installation of Fiber Optics 0003 (11) Wireless Mesh (10 Access Points, 1 Controller, 12 Port POE Switch) 0004 (6) Monthly Service for Six (6) Months (Optical Internet & Wireless Mesh) 0005 (1) Total Installation for all Services In order to be technically acceptable, the proposal must meet all of the requirements of the Statement of Work. The contractor must be prepared to optain a valid Installation pass/passes and meet the good conduct check criteria required to maintain an Installation Pass. The following factors will be evaluated in accordance with the statement of work. Lowest Price Technically Acceptable Offers are due no later than February 24, 2011, 11:00 am Eastern Standard Time, Attention: Anthony J. Williams, to emailed address anthony.j.williams@dla.mil. Offers received after this date and time will not be considered for award. 1. Statement of Work: 2. Director’s Conference Room (DCR) – The DCR is used by the DLA Director to conduct video and audio conferencing, as well as presentations and ad-hoc meetings. The existing AMX system and the Government Furnished Equipment (GFE) will be integrated with the new 60”- 65” LED monitor and the 42” – 46” LED monitor systems, including all new equipment needed to complete the task without loss of functionality for all audio, video and VTC systems. The contractor will provide to the COTR a Statement of Work (SOW) for the integration of the new LED monitors to the GFE equipment prior to the start of the work. 3. Performance Features and Specifications: 115258 AT871R Table Microphone with 7.5m cable 3 2 - TC-P65S2 60” - 65' LED 1080p 2 - XTMU Tilt Wall Mount 2 - TC-P42S2 42' – 46” LED 1080p 2 - MCSU Ceiling Mount for 42' – 46” Display 2 - CMA115 Ceiling Plate 2 - CMS0305 Adjustable Column for Ceiling Mount 1 WM-900B Wall Mount for Tandberg HD Camera 4. Contractor Deliverables: Contractor will remove the screen, LCD projector, AV equipment and all non-essential equipment to the designated location by the COTR prior to the demolition/remodel by Facilities and provide location and size of conduit for new LED monitors to the COTR. The new equipment racks will have cabling properly tied and dressed with labeling for future use all cabling will be properly labeled to match the as-built drawings for future service proper blanking and ventilation will be installed to provide proper thermal dissipation and cooling to protect the new equipment installed in the credenza with a quite running cooling fan in both credenzas to dissipate the heat inside. Equipment will be consolidated in the new location inside of the credenza maintaining the three foot separation from the secure and non-secure VTC systems using pullout and turntable racks to allow access for maintenance. The contractor will design the system and make proper modifications in both the audio systems and the AMX to maintain complete functionality with the new design. Copies of all code and drawing as-built will be delivered to the COTR. All AV work performed in the newly remodeled room by the contractor will be cleaned, vacuumed and dusted by the contractor after each day of work. A clean drop cloth will be used when wiring the rack with the AV equipment and to the LED monitors to minimize the cleanup of small pieces of wire. • The contractor will provide the government: a. Documentation or diagram of installed rack wiring b. Copy of AMX source code on compact disk c. The Contractor will provide on site training to include hands-on use and operation of new LED monitors and equipment. d. The Contractor shall provide a detailed Statement of Work (SOW) for the installation to include all necessary cabling and parts necessary. The SOW shall include the integration of all equipment provided by the government. The SOW will list all components and identify items that will have to be purchased. Equipment not on the Contractor’s GSA schedule must be specifically annotated. The SOW shall list the names and certifications of the personnel that will be doing the installation/testing/integration. e. Scheduling for this project will be coordinated by the COTR and a dedicated project manager, identified by the Contractor, in the SOW. The timeframe for installation will be based upon availability of the conference room and equipment. 5. Government Furnished Equipment (GFE): N/A 6. Period of Performance. The maintenance period of performance will be for a six (6) month period. 7. Security Requirements. Contractor employees and/or subcontractors must be able to meet all security requirements necessary to work in secure areas. This information on security requirements may not include all the necessary details that will be required of the Contractor. The Contractor will be responsible for coordinating with the COTR for these details prior to installation. 8. Delivery. Delivery Address: Defense Logistics Agency – DLA Energy at Falls Church 8111 Gatehouse Road (Vantive # 3908821) Falls Church, VA 22042 POC: J6FIS Team (Gregg Schrader) CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, 52.212-2 Evaluation- Commercial Items, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002) 52.215-5, Facsimile Proposals (Oct 1997). All offerors wishing to submit a quote subsequent to the solicitation DLA Buisness office cribed herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-11-CSS-WIRELESSHOTSPOT/listing.html)
- Record
- SN02381220-W 20110218/110216234217-83d9a99660044eff39328d03462e26e2 (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 |