Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
MODIFICATION

70 -- Video Teleconferencing (VTC) Hardware and Ancillary Equipment - Attachment 1-Pricing Tables 1-3 updated - Amendment 1

Notice Date
12/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-17-R-0010
 
Archive Date
12/30/2016
 
Point of Contact
Kristin Nelson, Phone: (301) 757-9737, Angela Herndon, Phone: (301) 757-4424
 
E-Mail Address
kristin.nelson@navy.mil, angela.herndon@navy.mil
(kristin.nelson@navy.mil, angela.herndon@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
N00421-17-R-0010 VTC Solicitation-Amendment 1 Attachment 1-Pricing Tables 1-3 updated Question 10: In the "Pricing tables" excel sheet, we didn't see any Cisco products requirement. Please advise - 1) Is customer looking to buy any Cisco products? 2) Will customer consider Cisco equal to Polycom products mentioned? Answer 10: The pricing tables have been revised to include Cisco products. Question 11: Are there any block diagrams or high level drawings per room or per room type/install level (per section 3.8.1 of RFP)? Answer 11: This varies by customer requirements; there is no standard configuration and/or block diagram available. Question 12: How many of each level install (per section 3.8.1 of RFP) are required per base and options? Answer 12: This varies by customer requirements and government funding level which are not predictable in most cases. Question 13: Will a list of GFE equipment and be provided per room or type? Answer 13: Each location is unique based on customer requirements but all sites have, at a minimum, a VTC codec, camera, network module, and one display. No GFE will be issued for this requirement. Question 14: In attachment 1- Pricing table, are the quantities correct? Answer 14: The quantities are based off of trends from past work completed but will potentially vary in the future based on customer requirements and Government funding levels. Question 15: Will a list of GFE codec serial numbers be provided to assure we can provide maintenance and determine end of life of each GFE equipment? Answer 15: No, all models currently requiring coverage have at least 5 years left of eligible service according the manufacturer and should be priced accordingly in the Offeror's response. Question 16: Please confirm that the 428 hours per year are a baseline for cost realism and that actual hours expended per task during execution may total more than 428 annually. Answer 16: The hours are based off of trends from past work completed but will potentially vary in the future based on customer requirements and Government funding levels. Question 17: In our experience, the NAICS Code of 334210 has been typically utilized for acquisitions similar to Solicitation #N00421-17-R-0010 for Video Teleconferencing (VTC) Hardware and Ancillary Equipment. Therefore, in order to align with such similar acquisitions, would the Government consider revising the NAICS code to 334210 for this Opportunity? Answer 17: The NAICS code will not be changed for this requirement. Question 18: LEVEL 7 INSTALL: CUSTOMIZED RELOCATION (UNCLASSIFIED AND CLASSIFIED)1.1.1.1.1The contractor shall survey existing VTC systems that a task order has specified to be relocated and shall provide the government with a proposal that must be approved prior to starting relocation. This service shall only be utilized at the Patuxent River, MD location. This shall require a survey of the existing floor plan and submission by the contractor of a proposed floor plan as part of the proposal. SJ Technologies would like to know if there is an opportunity to come on site and perform this? Is the program office going to allow us to come on-site to perform this survey? Answer 18: Not prior to contract award. This will be used on as "as-needed" basis. Question 19: We would like to know if we can receive room information and equipment information for the VTC rooms that are expected to be supported. Also, information for software that requires support. Answer 19: See sections 1.2-1.3 of the SOW. Question 20: 4.8.1 - Place of Performance/Hours of operation, mentions onsite support during hours of operation. Does this indicate an FTE to be onsite at the prime location? Answer 20: No, this is an "as required" service. Question 21: We would like to know if the government would consider extending the POP for new installation/integration based on the following three points noted in the Solicitation documentation and Attachments? - Contract Data Requirement CDRL: A007 under remarks highlights that the contract is to be completed within 15 business days from award. - Under Section 2.6 Delivery, it states that contractor can only ship the equipment once all items are received and accounted for at a date to be determined by the Government POC. - Additionally, the collection of the equipment is based on manufactures availability which varies. Answer 21: The Government is NOT asking for the contract to be completed within 15 business days from award in CDRL A007. See Section 3.8.1 of the SOW where it states that "t he Contractor shall provide a detailed project plan and quote for installation services in Section 3.8 within 15 business days of the request from the Government or its representative per CDRL A007". This clarification makes the other questions irrelevant. Question 22: Please confirm that if make is listed as TBD we can provide an "or equal" solution to what is quoted under requirements (e.g., Line 149). Answer 22: All items listed as TBD in the pricing tables are not brand specific. The offeror may quote any product that meets the Government's specification.Question 23: Many of the items are not sufficiently defined to permit pricing (Line 69, Cable cubby, Line 134-139 projector screen, Line 186) Answer 23: See section 3.8.1.4-3.8.1.7 of the SOW. Question 24: Some items are contradictory, please clarify (Line 191 describes an AMX transmitter under requirements but lists Crestron as the make and touchpanel as the hardware type). Answer 24: This is part of Subfactor 1- Understanding of the Work. Question 25: Do you have part numbers for the Polycom items so that we can ensure that we are quoting the same correct items? Answer 25: Part numbers are not included in the pricing tables. Question 26: Please confirm that we do not need to price items that have no quantity (e.g., Line 63, Line 173). Answer 26: The pricing tables have been revised to include a quantity for each item. Question 27: Please confirm that we can escalate proposed price for the option years. Can we modify the spreadsheet to accommodate escalated prices? Answer 27: Do not modify the spreadsheet; only insert the escalated price into the price cell and state the escalation factor and reasoning into your narrative. Question 28: Please clarify what we are to submit for "full retail". There is a single column but our commercial list prices would escalate and we have no commercial offering that equals your Installation bundles. Answer 28: Insert the price that will be charged for the listed item in the "price" cell and state the escalation factor and reasoning into your narrative. Question 29: We understand these prices to be for units you already own. Please confirm that all existing equipment is under current maintenance and would not therefore need repair or re-certification before being accepted for maintenance (e.g. under Polycom Premier program). Answer 29: Pricing is for a 12 month period of performance for items with no lapse in maintenance/service coverage. Question 30: Please provide maintenance expiration dates and serial numbers for the Polycom items so that we can quote non-overlapping service. Answer 30: Pricing is for a 12 month period of performance for items with no lapse in maintenance/service coverage. Question 31: Many of the items are not sufficiently precise to ensure that we are quoting what you require (e.g., are the codecs 720P or 1080P, there are many different models of Atlas switching device). Answer 31: Pricing is for a 12 month period of performance for items with no lapse in maintenance/service coverage. Assume the Polycom HDX series codecs are all 720p and the Atlas is 890. Question 32: Please confirm that the "multiple" line items are to cover all materials not otherwise covered by specific line items (i.e., line 33 covers $ 70,000 of initial install price equipment excluding codecs). Answer 32: Assuming this question applies to excel lines 29-33 on tab "Attachment 3 Maintenance" then the answer is see section 4.5 of the SOW. Question 33: Please confirm that the initial install price refers to the list price of the equipment excluding installation. Answer 33: Initial Installation Price should not include the price of the equipment. Question 34: The formulas for totals on the spreadsheet are wrong. Answer 34: The summation error has been corrected in the revised Attachment 1-Pricing Tables. Question 35: In 1.0 we are instructed to enter N/C in the pricing table if there is not charge for an item. That entry will cause the pricing table formulas to fail. Answer 35: Please input a price of $0 Question 36: Definitions 2.1 lists columns which are not on the associated tables. Please clarify. Answer 36: Assuming this question is in reference to the Statement of Work (SOW) section 2.1 of the RFP and the APL. Please note that the APL is an all-encompassing list of technology used not just for VTC requirements but for a variety of other IT requirements and should be used as a reference as it relates to VTC requirements or other requirements listed specifically in this SOW. Question 37: Polycom requires the first year of service be purchased with the item. Should that service be listed as an equipment cost? The description says "excluding maintenance" costs. Answer 37: Since it is a manufacturer requirement, it would be an inaccurate representation to the Government if the Offeror separated the cost because it cannot be purchased separately for first year of service. Question 38: Under CLIN number we are invited to add any additional item items. How are the costs of those added items to be compared with the prices from other vendors? Answer 38: This has been removed. No additional items should be added. Question 39: There is no place to enter normal business hours and after hours installs. Please clarify. Answer 39: The pricing tables have been revised to enter "after hours" installation pricing. Question 40: Under 3.1 sub-factor 2-5 we assume that the evaluation is pass/fail. Please confirm. Answer 40: The evaluation will rate an Offeror as "acceptable" or "unacceptable". Question 41: Evaluation sub-factor 2. Please clarify which Polycom certifications are required. Based on the equipment list we assume voice, video, infrastructure and federal. Please confirm. Answer 41: Offeror must be a certified re-seller and shall possess all certifications necessary to complete the requirements of the RFP. Question 42: Evaluation sub-factor 3. Please clarify what Cisco certifications are required. There are no Cisco items on the materials list or on GFE. Answer 42: Offeror must be a certified re-seller and shall possess all certifications necessary to complete the requirements of the RFP.Question 43: Evaluation sub-factor 4. Please clarify the Crestron certification required. You require programming of the Crestron items. We assume you require a certified master programmer at Gold level please confirm. You require Crestron digital media products. We assume you require Crestron DM Engineer certifications. Please confirm. Answer 43: Offeror must be a certified re-seller and shall possess all certifications necessary to complete the requirements of the RFP. Question 44: Evaluation sub-factor 5 is for IP/ISDN qualifications and refers to section 3.9. There is no requirement in 3.9 pertaining to ISDN. Please clarify. Answer 44: On section 3.9 of the SOW, the Offeror must provide information proving the personnel are able to meet the requirements of the description, education, and experience columns in an ISDN and an IP environment. Question 45: Evaluation sub-factor 1 required classified and unclassified communications and list ISDN and IP. Are both ISDN and IP both classified and unclassified? Answer 45: They can be depending on the customer requirement. Question 46: In what labor pricing category should a programmer be included? Answer 46: That is up to the Offeror. Question 47: 2.3.7.5 - You list ISDN as required for all systems but you elsewhere describe that you are moving from HDX to RP systems. RP systems do not support ISDN. Please clarify the requirement. Answer 47: Real Presence (RP) systems will support ISDN communication with other systems depending on how the Offeror installs them. Question 48: 2.3.7.8 - You require POTS connection for the codec. That capability can only be provided in the Real Presence line through an external device. Please clarify your requirement. Answer 48: Real Presence (RP) systems will support ISDN communication/ POTS depending on how the Offeror installs them,. Question 49: 4.1 requires that we provide Polycom Premier Service. Polycom recognizes and supports distributor provided service programs like TotalCoverage from ScanSource. Is this acceptable? Answer 49: The Government requires the specific level of service provided by the Polycom Premier Service program; see Section 4.1 of the SOW. Question 50: 4.1.1 requires that we be able be to provide support for Crestron and AMX equipment. Do you require that the vendor be AMX certified and have AMX certified staff on hand? Answer 50: If the Offeror's proposed solution includes AMX then the Offeror would have to be certified at the level the manufacturer requires to make that happen. The Government cannot control manufacturer requirements on purchases and/or installations Question 51: 4.1.1 - Please confirm that you have the current source code for the programs and touch panels that we are required to support. Answer 51: The Government is moving towards a single unified look and feel for all supported touch panels/programming and we do have the current source code for that. Question 52: 4.3.1 - We are required to provide vendor service equal to Polycom Premiere Service for all non-Polycom items. Polycom service includes 24-hour advance parts replacement with Polycom paying the cost to send the part and to return it. Are we required to offer this service for all non-Polycom items? Answer 52: See Section 4.1 of the SOW. Question 53: 4.5.2 requires that an annual preventative maintenance visit be included on all touch panel rooms under contract. Is the travel, onsite labor, and travel labor to be included in the Level 1-5 maintenance prices in Attachment 3 or the Labor categories in Attachment 2. Answer 53: Should be included as part of the Level 1-5 maintenance prices in Attachment 3. Question 54: The solicitation states that 508 requirements "are determined to be relevant for this solicitation". Since the user interface items are Polycom and Crestron and they have already prepared VPATs is an additional submission required? Answer 54: Additional submissions are not required. Question 55: When is it expected that this amendment will be issued? Answer 55: On or about 07 December 2016. Question 56: Will the response date be extended to allow ample time to respond accordingly to this revision? Answer 56: Yes please refer to the amended solicitation. Question 57: When will the Government release the All Q&A to industry? Answer 57: On or about 07 December 2016. Question 58: Based on the number of questions and/or revisions received will the Government extend the due date? Answer 58: Please refer to the amended solicitation. Question 59: What kind of firewalls are in place? Answer 59: See Section 1.3.1 of the SOW in the RFP. Question 60: Does this solicitation replace all existing software and or hardware? Answer 60: See Section 2.3 of the SOW in the RFP. Question 61: Is there an existing network? Answer 61: See Section 1.3.1 of the SOW in the RFP. Question 62: What kind of bandwidth is in place? Answer 62: See Section 1.3.1 of the SOW in the RFP. Question 63: Are the requirements for HD or SD? Answer 63: Section 2.3 of the SOW in the RFP. Question 64: Will site surveys be allowed to allow for potential modifications of the RFQ? Answer 64: No Question 65: Is the award of this contract based on funds subject to availability? Answer 65: No Question 66: Are the projectors electric or manual? Answer 66: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 67: Are the projectors ceiling recessed or wall mounted? Answer 67: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 68: Is there a particular model and lumens for the projector Answer 68: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 69: What is the position of potential maintenance contracts that will not meet end of life VTC in the third and fourth year? Answer 69: All units have at least 5 years left to be eligible for maintenance contract coverage according to manufacturer provided information. Question 70: Are Polycom Codec's going to be (a) rack mounted (b) wall mounted ( c) in a floor console cabinet (d) do any locations need to be mobile? Answer 70: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 71: With mobile cart solutions what will be the largest panel monitor and will single or dual be required? Answer 71: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 72: Will the Navy acknowledge that any H.320 (quad BRI) existing VTC units will require a bridge to be part of a session and that the units can only do point to point with other H.320 units? Answer 72: The Offeror must provide the answer to this as part of their proposal to demonstrate their ability to understand/perform the work. Question 73: Will there be any KIV or KVG encryption requirements for VTC Answer 73: New rooms vary based on customer requirement. Some existing rooms have KIV. Question 74: Do the existing Polycom RMX have capacity for additional capacity boards if required? Answer 74: Each Polycom RMX has qty 2 ISDN boards. Question 75: Does the Navy acknowledge that Mobil Cart solutions will not be availed the EagleEye camera system (this is for conference room only). Answer 75: The Offeror must provide the answer to this as part of their proposal to demonstrate their ability to understand/perform the work. Question 76: Will the rooms be single or dual flat panel monitors? Answer 76: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 77: Will the Navy specify what rooms will have what configuration and size of the flat panel monitors Answer 77: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 78: Are there any obstructions in the ceiling, wall or floor to prevent cabling runs in any of the new rooms? Answer 78: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 79: Will Navy monitor delivery of equipment for potential damage and if damage is found refuse delivery? Answer 79: No, because the Government only accepts delivery of complete installation project materials (which typically include 5+ items). For this effort, we will not refuse the shipment, but will contact the Offeror the same day regarding the damage and the Offeror will be responsible for the return and replacement of damaged items to prevent scheduling delays with the Government Customers. Question 80: Are there existing sound and lighting systems in place with an of the new VTC locations that will need to be integrated into the Crestron/Polycom Room Controllers? Answer 80: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 81: Will the rooms be single or dual flat panel monitors? Answer 81: New rooms vary based on customer requirement. Existing rooms have some of each type. Question 82: Will the Navy supply the necessary device and services for the rooms that will be used for Deaf and Hard of Hearing (DHOH) since none are listed on the RFQ? Answer 82: See Sections 1.1.2.4 and 3.3.3 of the SOW in the RFP. Question 83: Since this is a single award IDIQ, is it replacing an existing or expiring contract? It there an incumbent currently providing VTC equipment to NAWCAD? How has VTC equipment being purchased currently? Answer 83: See Section L paragraph 3.4.3 in the RFP. Question 84: Are we required to have 8(a) certification prior to submitting a response. Would there be consideration given to concerns who are under review for 8(a) prior to submitting proposal? Answer 84: Yes. Only SAM certified 8(a) vendors will be considered for this award. Question 85: Can we team with other businesses who have "authorized reseller" agreements with the specified vendors to meet that requirement? Answer 85: See Section L paragraphs3.0 and 1.0 in the RFP. Question 86: The HDX series has been discontinued. The new line is the Group Series, can we replace the HDX for Group models? Answer 86: See Section 2.5 of the SOW in the RFP. Question 87: Is it allowable to have subcontractors that possess the Polycom, Cisco, and Crestron Certifications? Or Does the prime need to possess all three? Answer 87: Refer to Section L in the RFP. Question 88: Does the Government want to see representative resumes for all the labor categories listed in Section 3.9 in the Technical submission? If so, are the resumes part of the page count? Answer 88: See Section L paragraph 3.0 in the RFP. Question 89: Based on the response to questions for Solicitation N00421-17-R-0010, for question #5. The question was asked, "For the Technical Proposal could we use a subcontractor's certification for any of the sub factors. The answer stated "yes", however only the certified company will be able to supply the equipment and perform the services related to that brand name." We assume that this means that a certified individual must perform the work, not necessarily the company with the vendor relationship. The certification on the specific brand of equipment appears to be the key requirement per the SOW. Is this a correct assumption? Answer 89: Yes, certification on the specific brand of equipment is the key requirement per the SOW. A certified individual or subcontractor must perform the work. *The Government will not accept or respond to telephone calls or requests for meetings with potential Offerors about this requirement. All questions regarding this procurement must be submitted via email to the point of contact listed below no later than 08 December 2016 at 5:00PM EST. Please be advised that questions will not be accepted after 08 December 2016 at 5:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-R-0010/listing.html)
 
Place of Performance
Address: Patuxent River, MD, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04347377-W 20161210/161208234840-86b4dc7afc1095707ea355ef065f8064 (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.