SOLICITATION NOTICE
58 -- Lifesize Team 220 VTC System
- Notice Date
- 9/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-12-T-1067
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Kimberly Ross, 928-328-3314
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(kimberly.r.ross14.civ@mail.mil)
- 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. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 Effective 13 Sep 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 20120906 (Effective 06 Sep 2012) Edition. This solicitation is being issued as a Request for Quotation (RFQ) under Solicitation Number W9124R-12-T-1067. The solicitation is issued on an unrestricted basis. The North American Industry Classification System (NAICS) code is 334310 with a size standard of 750 employees. All prospective bidders must be actively registered in the System for Award Management (SAM). Offerors may register online at https://www.sam.gov/portal/public/SAM/. Competition is for a Firm Fixed Price (FFP) contract. It is anticipated that payment will be made by Defense Finance and Accounting Service (DFAS) through Wide Area Workflow (WAWF). This action is solicited as Brand Name or Equal pursuant to FAR 52.211-6. The Brand Name or Equal item being solicited is Lifesize Team 220 VTC System manufactured by Lifesize a division of Logitech, 1601 S. MoPac Expy Suite 100, Austin, Texas 78746. Per FAR 52.212-2, 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, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement and price. Quote must be provided for all Contract Line Item Numbers (CLINs); no partial quotes will be accepted. Pursuant to FAR 52.211-6 Brand Name or Equal, to be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation. Offerors shall provide sufficient technical literature to enable the Government to determine that the proposed items meets or exceeds all of the minimum salient characteristics. This requirement is to provide a turnkey solution Video Teleconference (VTC) System in two conference rooms, Headquarters and Bolio, at the Cold Regions Test Center (CRTC) to support high definition video conferencing. The solution shall provide all the necessary equipment required for operation, applicable maintenance agreements, and warranties. Please see Attachment 1 for a line drawing of the room dimensions. All quotes shall include transportation costs to Ft. Greely, AK 99737. CLIN 0001, Quantity: 2, Unit of Issue: Each, Part Number: 1000-000S-1137, Description: LifeSize 220-10X Dual Micpod SGP; CLIN 0002, Quantity: 1, Unit of Issue: Each, Part Number: 1000-0000-0003, Description: LifeSize Networker ST; CLIN 0003, Quantity: 1, Unit of Issue: Each, Part Number: UT4620, Description: Quadruple NT1 to manage four ISDN BRIs with single unit; CLIN 0004, Quantity: 1, Unit of Issue: Each, Part Number: 1000-2300-0103, Description: Lifesize Networker S/T Assurance Maintenance Agreement three-years; CLIN 0005, Quantity: 1, Unit of Issue: Each, Part Number: 1000-2300-1129, Description: Lifesize Assurance Maintenance Agreement three-years; CLIN 0006, Quantity: 1, Unit of Issue: Each, Description: Cables and connectors; CLIN 0007, Quantity: 1, Unit of Issue: Each, Description: Installation; The items must meet or exceed the following specifications: Each VTC unit must; 1. Display and transmit High Definition Video with Support for multiple dual live-streaming modes: 1080p30, 720p60, 720p5, 720p30, 720p30 2. The VTC camera will be capable of 10x zoom camera. 3. Compatible with industry standard VTC codecs: H.261, H.263, H.263+, H.264 and H.239 and BFCP compliant with Polycom 4. Compatible with industry Audio standards: G.711, G.722, G.722.1 and G.722.1C licensed from Polycom R, G.728, G.729, MPEG-4-AAC-LC0 5. Unit must have a minimum of 3 video inputs supporting; a) 1 x HD Camera (720p30) b) 1 x HD Video In (1080p30/720p60) c) 1 x DVI-I In (HDMI/VGA enabled) 6. Unit must have a minimum of 2 video Outputs supporting; a) 1 x HD Video Out (1080p30/720p60) b) 1 x DVI-I Video Out (1080p30/720p60) 7. Unit must have a minimum of the following audio inputs and outputs; a) 1 x RJ-45 (LifeSize Phone) b) 2 x Stereo Line In (3.5 mm) c) 1 x Mic In - Two channel (3.5 mm) d) 1 x HD Video In e) 1 x DVI-In f) 1 x HD Camera In (Focus) g) 1 x RJ-45 (LifeSize Phone) h) 2 x Stereo Line In (3.5 mm) i) 1 x Mic In - Two channel (3.5 mm) j) 1 x HD Video In k) 1 x DVI-In l) 1 x HD Camera In (Focus) 8. Fully integrated HD audio conference phone 9. Must have a minimum of 2 external omni-directional microphones with mute buttons and extension cables no shorter than 15 meters 10. Have a wireless remote control 11. Must be listed on the DISA Approved Product List (APL) 12. IPv6 capable 13. 3 years of hardware and software warranty support to include free phone support. 14. Basic training for users of equipment. In addition the VTC unit for the Headquarters installation will include the following: 1. The ability to locally bridge a minimum of 3 additional IP VTC connections. 2. The bridging equipment will provide the ability to locally bridge a minimum of 1 ISDN connection. 3. The VTC system shall be configured to utilize the local display with far-end conferencing camera, far-end presentation content, and local content. 4. The camera shall be mounted eye-level related to the center of the table at seated height and provide a maximum range of visibility of all seated positions at the table. 5. Cabling will be installed in the existing conduit up to and including the conference table cable cubby. 6. The cables run under the table shall be concealed to minimize visibility 7. A minimum of two microphones will be placed on the table for maximum participant coverage. 8. All cabling necessary to setup and connect the new equipment to the existing equipment. 9. Installation services to properly install, setup, configure, and test system for operation In addition the VTC unit for the Bolio building installation will include the following: 1. The VTC system shall be configured to utilize the local display with far-end conferencing camera, far-end presentation content, and local content. 2. The camera shall be to provide a maximum range of visibility of all seated positions at the table. 3. The cables run under the table shall be concealed to minimize visibility 4. A minimum of two microphones will be placed on the table for maximum participant coverage. 5. All cabling necessary to setup and connect the new equipment to the existing equipment. 6. Installation services to properly install, setup, configure, and test system for operation. This RFQ closes on Friday, 21 September 2012 at 1:00 PM Mountain Standard Time (MST). Offers shall be clearly marked with RFQ referencing number #W9124R-12-T-1067 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928-328-6534 no later than the closing date and time. In addition, all technical questions concerning this requirement must be emailed to the POC listed below no later than 19 September 2012 at 8:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Completed the annual representations and certifications in SAM, and submit a signed copy of FAR Clause 52.212-3(b); or a completed copy of FAR 52.212-3, Representations and Certifications with Alternate I. Note: In order to complete the Representations and Certifications go to the Air Force Website at http://farsite.hill.af.mil, locate the referenced provision, copy and paste it to a Word document and complete.; (4) Submit a completed, signed copy of DFARS 252.209-7999; see below for full text; (5) Proposed price, Arizona vendors may include the Arizona Transaction Privilege Tax, if applicable; and (6) Acknowledgment of Solicitation Amendments, if applicable. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The CSS and all other associated documentation are located at the Mission & Installation Contracting Command - Yuma Proving Ground web site at: http://www.yuma.army.mil/site_contracting.asp. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) FAR Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Aug 2012) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR Clauses added by addendum: 52.247-34, FOB Destination (Nov 1991) 52.252-2, Clauses Incorporated By Reference (Feb 1998) with http://farsite.hill.af.mil/vffara.htm DFARS Provisions: 252.225-7000 Buy American Statute - Balance of Payments Program Certificate (Jun 2012) Please fill-in 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Deviation 2012-00004) (Jan 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DFARS Clauses: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of former DOD Officials (Jan 2009) 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002) DFARS clauses added by addendum: 252.211-7003, Item Identification and Validation (Aug 2008) 252.223-7008, Prohibition Of Hexavalent Chromium (May 2011) 252.232-7010, Levies on Contract Payments (Dec 2006) The following also applies: 5152.233-4000, AMC-LEVEL PROTEST PROGRAM (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) If you plan to participate in this acquisition, you are required to provide your name, address, phone number, and email address to the POC listed below or by facsimile 928-328-6534 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4a51eabe9a2b3a87f3df49a424315a9d)
- Place of Performance
- Address: MICC - Yuma Proving Ground 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02888976-W 20120920/120919003242-4a51eabe9a2b3a87f3df49a424315a9d (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 |