Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2015 FBO #4800
MODIFICATION

J -- Video Teleconferencing System (VTC), Preventative Maintenance and Emergency Repair

Notice Date
1/13/2015
 
Notice Type
Modification/Amendment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N215Q0303
 
Response Due
1/30/2015
 
Archive Date
3/14/2015
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.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. Posting of Questions & Answers-Amendment #1 Question Number #1: Please confirm the small business set aside for this solicitation-thank you. Answer Number #1: This is a not a Small Business Set Aside, but an unrestricted procurement because it is Brand Name Only; and hence cannot be set aside for Small Business, per requirements set by the Small Business Administration. Question Number #2: Is this a follow-on requirement? If so, could you please provide the incumbent contract number for this opportunity? If not, is this a new requirement? Answer Number #2: This is not a follow-on requirement, it is a new requirement. Question Number #3: Can you please let me know if you have any forms that you would like for us to submit our quote on, or should we use our own? Answer Number #3: Per the Combined Synopsis/Solicitation please refer to 52.212-2 EVALUATION--COMMERCIAL ITEMS for information related to your quote either by direct reference or completion with a quoted cost for each required Subclin, for each year; based on the requirements listed therein. Please note that your quote will need to identify all work required by the Clin, Subclin and Performance Work Statement (PWS). Question Number #4: Are there any other submission requirements i.e. references? Answer #4: Yes, please referenced the ADENDUM TO FAR 52.212-2 for additional submission information. However, no references are required. Question Number #5: Are we to quote the equipment listed and preventative maintenance/repair services or just preventative maintenance/repair services? Answer #5: Each subclin that describes services to be provided with the exception of subclins under 0003; 1003; 2003; 3003; and 4003.. Question Number #6: If we are quoting existing Polycom Systems, is it possible for us to get serial numbers for each system so that we can provide the most accurate quote possible? Answer #6: The serial systems for these Polycom Systems can only be shared with Polycom certified technicians. Accordingly, only Polycom certified technicians can secure quotes to service the following: System 1) 881225118CFFCG; System 2) 88132511E957CG; and System 3) 88132511E9A8CG. Question #7: We're interested in responding to your Solicitation but we need the following information in order to respond with an accurate proposal. -Is the equipment currently in place? -Is there an equipment list that you can provide? -When was the equipment put online? Answer #7: The equipment is currently in place. There are three (3) systems, System's one (1) and (2) were installed approximately 2 years ago, System three (3) were installed last year and all are Polycom's. Question #8: I have a question regarding the solicitation above. How many Polycom systems are needed? Is this a qty of 45 or more of a base year and option years as needed? Answer #8: This is not a request for new or replacement systems; this request is for Preventative Maintenance (PM) and Emergency Repair Services. Question #9: I am writing to inquire about the Video Teleconferencing System (VTC), Preventative Maintenance and Emergency Repair, Solicitation Number: W911N2-15-Q-0303. I understand that the bid is asking for the purchase of Polycom Video Teleconferencing System (VTC). I don't understand why it lists the same specification 44 different times. The bid reads, quote mark FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: quote mark and then it has the exact same specification description listed 44 times but with a different SUBCLIN #. Every specification reads... HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) Can you please clarify this? Is it that there are 44 of the same Polycom systems being requested for this job? Also, it seems that the Preventative Maintenance requested is only 1 time per year. Is this correct? Answer Number #9: Please refer to Answer #8; we are requesting quotes on servicing the three systems for a base year and up to four (4) Option Years. Question Number #10: I am looking to respond to your Solicitation Number: W911N2-15-Q-0303. Would you be able to provide the serial numbers for the equipment you are looking to get pricing on? We cannot provide accurate pricing without these serial numbers. Answer Number #10: Please refer to answer Number #6. Approved for posting 13 Feb 2014 This is a Request for Quotation (RFQ) W911N2-15-Q-0303 for the purchase of Polycom brand name only; Video Teleconferencing System (VTC), Preventative Maintenance and Emergency Repair commensurate with the requirements as attached in the Performance Work Statement (PWS). Period of Performance: one (1) base year and (4) four option years. This solicitation is unrestricted. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price; technically acceptable. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 811213. The SB size standard for this code is 11 Million Dollars. Name Brand only with the following minimum specifications: CLIN 0001 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE VTC SYSTEMS IN ACCORDANCE WITH THE PWS AND MANUFACTURERS RECOMMENDED MAINTENANCE; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC AND TO INCLUDE ANY PRODUCT LICENSE UPGRADES AND SOFTWARE UPDATES PROVIDED OR RECOMMENDED BY PLOYCOM. INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 0001AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 0001AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 0001AC: POLYCOM SYSTEM NUMBER THREE (3 )- HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 0002- TWENTY-FOUR (24) HOUR REPAIRS: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE VTC SYSTEMS OR REPLACE AND INSTALL WITH NEW AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 OF ATTACHMENT 1, PWS QTY (12) HOURS; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE COST ELEMENT, REQUIRING REPAIR-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 0002AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 0002AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 0002AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (3 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 0003 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE VTC SYSTEM INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 AND 5.2 OF ATTACHMENT 1, PWS NTE $10,000, QTY (6) EA; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE COST ELEMENT, REQUIRING REPAIR-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 0003AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 0003AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (3 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 0003AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 0004- MANPOWER REPORTING REQUIREMENTS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 1001 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE VTC SYSTEMS IN ACCORDANCE WITH THE PWS AND MANUFACTURERS RECOMMENDED MAINTENANCE; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC AND TO INCLUDE ANY PRODUCT LICENSE UPGRADES AND SOFTWARE UPDATES PROVIDED OR RECOMMENDED BY PLOYCOM. INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 1001AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 1001AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 1001AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 1002- TWENTY-FOUR (24) HOUR REPAIRS: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE VTC SYSTEMS OR REPLACE AND INSTALL WITH NEW AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 OF ATTACHMENT 1, QTY (12) HOURS; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 1002AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 1002AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 1002AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 1003 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE VTC SYSTEM INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 AND 5.2 OF ATTACHMENT 1, PWS NTE $10,000, (QTY (6) EA; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. SUBCLIN 1003AA: POLYCOM SYSTEM NUMBER ONE 1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 1003AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 1003AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 1004- MANPOWER REPORTING REQUIREMENTS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 2001 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE VTC SYSTEMS IN ACCORDANCE WITH THE PWS AND MANUFACTURERS RECOMMENDED MAINTENANCE; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC AND TO INCLUDE ANY PRODUCT LICENSE UPGRADES AND SOFTWARE UPDATES PROVIDED OR RECOMMENDED BY PLOYCOM. INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 2001AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 2001AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 2001AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 2002- TWENTY-FOUR (24) HOUR REPAIR: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE VTC SYSTEMS OR REPLACE AND INSTALL WITH NEW, AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 OF ATTACHMENT 1, QTY (12) HOURS; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 2002AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 2002AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 2002AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 2003 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE VTC SYSTEM INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 AND 5.2 OF ATTACHMENT 1, PWS NTE $10,000 QTY (6) EA; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 2003AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 2003AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 2003AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 2004- MANPOWER REPORTING REQUIREMEN QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 3001 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE VTC SYSTEMS IN ACCORDANCE WITH THE PWS AND MANUFACTURERS RECOMMENDED MAINTENANCE; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC AND TO INCLUDE ANY PRODUCT LICENSE UPGRADES AND SOFTWARE UPDATES PROVIDED OR RECOMMENDED BY PLOYCOM. INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 3001AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 3001AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series,4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 3001AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 3002- TWENTY-FOUR (24) HOUR REPAIR: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE VTC SYSTEMS OR REPLACE AND INSTALL WITH NEW, AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 OF ATTACHMENT 1, QTY (12) HOURS; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 3002AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 3002AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 3002AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 3003 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE VTC SYSTEM INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 AND 5.2 OF ATTACHMENT 1, PWS NTE $10,000, QTY (6); AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 3003AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 3003AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 3003AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 3004- MANPOWER REPORTING REQUIREMEN QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. CLIN 4001 - PREVENTATIVE MAINTENANCE: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) FOR THE VTC SYSTEMS IN ACCORDANCE WITH THE PWS AND MANUFACTURERS RECOMMENDED MAINTENANCE; WORK TO BE PERFORMED ONCE PER YEAR, AS SCHEDULED BY LEMC AND TO INCLUDE ANY PRODUCT LICENSE UPGRADES AND SOFTWARE UPDATES PROVIDED OR RECOMMENDED BY PLOYCOM. INCLUDES ALL COSTS FOR LABOR, TRAVEL, RENTAL CAR, PER DIEM AND LODGING; COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 OF ATTACHMENT 1, PWS QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 4001AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 4001AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 4001AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 4002- TWENTY-FOUR (24) HOUR REPAIR: PROVIDE ALL LABOR, SERVICES, MATERIALS, TOOLS AND EQUIPMENT TO PERFORM ON-SITE REPAIR SERVICE FOR THE VTC SYSTEMS OR REPLACE AND INSTALL WITH NEW, AS DETERMINED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.2 OF ATTACHMENT 1, QTY (12) HOURS; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 4002AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 4002AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 4002AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 4003 - PARTS (DO NOT QUOTE): PROVIDE ALL PARTS TO PERFORM ON-SITE PREVENTATIVE MAINTENANCE (PM) AND 24 HOUR REPAIR FOR THE VTC SYSTEM INCLUDING REPLACING UNITS IF WARRANTED BY LEMC, COMMENSURATE WITH THE REQUIREMENTS CONTAINTED IN SECTION 5.1 AND 5.2 OF ATTACHMENT 1, PWS NTE $10,000, QTY (6) EA; AND COMPLIANT TO FAR 52.232-20 LIMITATION OF COST (APR 1984), NOT TO EXCEED 65% OF THE ELEMENTS REPLACEMENT COST-CUMULATIVE THROUGH OUT THE LIFE OF THE CONTRACT. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. FOR INFORMATION PURPOSES ONLY, PROVIDE QUOTE FOR EACH SYSTEM LISTED BELOW: SUBCLIN 4003AA: POLYCOM SYSTEM NUMBER ONE (1) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 4003AB: POLYCOM SYSTEM NUMBER TWO (2) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) SUBCLIN 4003AC: POLYCOM SYSTEM NUMBER THREE (3) - HDX 8000-720: HDX 8000 HD codec, Eagle Eye camera, HDX mic array, Eng rmt cables, 2 component video (DVI-RCA), audio (RCA-RCA), LAN, NA pwr. (1 Each) Quad BRI Module for HDX series, 4 ISDN 20ft/6m cables (with clear connectors) and HDX external peripheral interface box (1 each) HDX MPPlus Multipoint Software License Option (allows for 4 site MP video calls) (1 each) HDX ceiling Microphone - White primary which includes 2' (60cm) drop cables, electronics interface, wall plate with 10' (3m) and 50' (15m) plenum cable. (2 each) 60 inch Monitor (1 each) CLIN 4004- MANPOWER REPORTING REQUIREMEN QTY (1) EA. PERIOD OF PERFORMANCE WILL BE FOR (1) YEAR AND DETERMINED AT TIME OF AWARD. All items shall be delivered to Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (APE 2014) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (JAN 2011) FAR 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) FAR 52.204-17 Ownership of Control of Offeror (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014 FAR 52.212-1 Instructions to Offerors -- Commercial Items (APR 2014); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011) ALT 1; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2014) (DEVIATION) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.232-20 Limitation of Cost (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-1 Site Visit (APR 1984); FAR 52.247-34 F.o.b Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984); FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014); DFARS 252.211-7003 Item Identification and Valuation (DEC 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUL 2012); DFARS 252.232-7006 Wide Area Workflow Payment Instructions ( MAY 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991); DFARS 252.247-7023 Alt II Transportation of Supplies by Sea (APR 2014) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.a.duffy4.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) to be eligible for award. 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. 6) The closing period for questions is 23 JAN 2015, 10:00 A.M Eastern Standard Time. Questions received after this time and date will be answered at the sole discretion of the Government; 7) Wage Determination: No.: 2005-2249, Revision No.: 14 dated 07/25/2014 and will be incorporated in any ensuing contract. Wage Determination can be viewed at http://www.wdol.gov. 8. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on 30 JAN 2015. All quotes must be marked with RFQ number and title and accompanied with a signed/dated copy of this combined synopsis/solicitation and all amendments. Email quotes will be accepted. A site visit has been scheduled for 20 JAN 15 10:00 A.M. Site visit attendance is urged but is not mandatory. Failure to attend the site visit shall not be reason for price increases to the contract after award. Submit names of all attendees to Kevin Duffy. In order to obtain a visitor's pass, attendees must provide the following information -name, date of birth, social security number. Submit the information no later than 13 JAN 2015. Contractors who do not submit this information will not be given access to the site; Building 3315; 1 Overcash Avenue; Chambersburg PA 17201-4150. Offerors are required to obtain a visitor's pass from the Main Gate, prior to arriving at Building 2 South. Please allow at least 45 minutes for this process. You must provide a current picture identification, vehicle registration, and proof of insurance to obtain a pass. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price, Technically Acceptable: Technically acceptable will be based on the submission of the offeror's technician certifications of training, for Polycom, Brand Name only, Video Teleconferencing (VTC), Preventative Maintenance and Emergency Repair. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADENDUM TO FAR 52.212-2 Technical acceptability shall be based on compliance with the required technical components identified in Attachment I. Offerors, must provide sufficient information and detail to demonstrate the services offered are Polycom Brand Name only commensurate with the requirements listed in Attachment I. All offers that do not clearly establish technical acceptance in compliance with the above will be removed from further consideration. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits GS-11 $24.30 (End of clause) L2. AMC-Level Protest Program 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, 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 General Accounting 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 resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: 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: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. H2. INSURANCE (Fixed Price Contract) Pursuant to the requirements of FAR clause 52.228-5 Insurance-Work on a Government Installation, the contractor shall obtain and maintain at least the following kinds of insurance and minimum liability coverage during any period of contract performance: a. Workmen's Compensation and occupational disease coverage as required by law except that, if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation Insurance shall extend to cover employers' liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. Comprehensive General Liability Insurance in the minimum limit of $500,000 per occurrence for bodily injury liability. c. Comprehensive Automotive Liability Insurance with minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury, and a minimum limit of $20,000 per occurrence for property damage. L16CONTRACTOR MANPOWER REPORTING REQUIREMENT quote mark The office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontractors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: quote mark https://contractormanpower.army.pentagon.mil. quote mark The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or Installation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in sub-contracts at any tier under this Contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labor dollars and location where provided. While the Contracting Officer's Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. UNIT IDENTIFICATION CODES WHICH APPLY TO LETTERKENNY ARMY DEPOT ARE AS FOLLOWS: W0H91Q Field Office IMMC W0L6AA USA Depot Letterkenny W39Z02 OSC LEAD Munitions W459AA USA TMDE L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c60e55e117514aff3eb69e481c21560e)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN03614940-W 20150115/150113234634-c60e55e117514aff3eb69e481c21560e (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.