Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

58 -- Codec Camera

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-18-Q-6429
 
Response Due
3/15/2018
 
Archive Date
4/14/2018
 
Point of Contact
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
 
E-Mail Address
Contract Specialist
(dorothy.powell@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This RFQ closes on March 15 at 10:00 AM, Pacific Daylight Time (PDT) Quotes must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil. under SSC Pacific/Simplified Acquisitions/N66001-18-Q- 6429 All questions must be uploaded on the SPAWAR e-commerce website at https://e- commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-18-Q- 6429 PLEASE NOTE: 1. Quotes and questions emailed directly to my email inbox will NOT be considered. 2. If you need assistance with the website you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar.fct@navy.mil prior to the closing date. This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation. This is a Total Small Business Set Aside (FAR 52.219-6). Only quotes submitted by Small Business Concerns will be accepted by the Government. NAICS code is 334220 and the size standard is 750 employees. Competitive quotes are being requested under N66001-18-Q-6429 The Government is seeking to acquire video teleconferencing hardware supply. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Competitive quotes are being requested and must be equal to the following Minimum Government Specifications listed below. Anticipated contract line items are as follows: Delivery due by May 11, 2018 "DESCRIPTION OF REQUIREMENTS" Item 0001: 1 each Codec Camera Optimal definition up to 1080p60 H.323/SIP up to 10 Mbps point-to-point Up to 10 Mbps total MultiSite bandwidth Ability to connect up to four HD sources and 8 microphones directly to the codec Full duplex audio with high-quality stereo sound Full application programming interface (APIs) P/N: Cisco CTS-SX80-IP60-K9 Or Equal Item 0002: 1 each SOFTWARE LICENSE Allows 4 participants to conference at one time. P/N: CISCO LIC-SX80-MS OR EQUAL Item 0003: 1 each UID Labels UID Labels are required on all equipment with a unit cost of $5,000 or more per DFARS 252-211-7003, Item Unique Identification & Valuation. If there is a cost for UID Labels, it must be listed on the quote as a separate priced line item and if not the labels will be considered free of charge. The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: Kaneohe Bay HI 96863-3063 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the Lowest Price Technically Acceptable (LPTA) as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address) 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted item to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. To be considered for award, the offeror/contractor is required to submit documentation confirming that they are a FEDERALLY authorized resell partner, authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. c. The following product certification statement below applies to line items 0001 through 0003 and each offeror must submit supporting documentation, as needed: The offeror/contractor certifies that the product(s) being offered are new and in their original packaging. The subject product(s) are eligible for all manufacturer warranties and other ancillary services or options provided by the original manufacturers, authorized suppliers, or suppliers that obtain parts from the manufacturer or its authorized supplier. The offeror/contractor further certifies that it is authorized by the manufacturer to sell the product(s). The offeror is required to submit documentation identifying its supply chain for the product(s). Within the mentioned documentation, the offeror shall also identify the country of manufacture and indicate one of the following, if applicable: Manufacturing occurs in the U.S., but more than 50% is foreign content Originally foreign manufactured products significantly modified by U.S. Company The contractor assumes responsibility for authenticity. Costs of counterfeit parts are unallowable unless the conditions set forth in DFARS 231.205-71(b) are met. By making an offer, the offeror acknowledges that a no cost cancellation or partial termination for default/cause for non-compliant awarded items may occur if any of the products provided are not recognized or acknowledged by the manufacturer as new products eligible for warranties and all other ancillary services or options provided by the manufacturer or that offeror was not authorized by the manufacturer to sell the product in the U.S. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the lowest priced, technically acceptable offeror, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the specification requirements above are met to include all information required for a complete quote as defined above. The "Brand Name" item(s) (including part numbers) along with the salient physical, functional, and performance characteristics that an "equal" product must meet are specified above. Offeror shall provide a quote that identifies the Brand Name items or "Equal" items. Additionally, offeror shall specify delivery timeframes in their quote that meet or exceed the required delivery date specified above. When proposing an "equal" item(s), the "equal" product(s) must meet the salient physical, functional, and performance characteristic specified above. To propose an "equal" item, offeror shall clearly identify the item by providing in the quote the brand name/manufacturer of the "equal" item, the make/model/part number of the "equal" item and a website link to the descriptive literature which demonstrates the "equal" item meets, at a minimum, the salient characteristics provided Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in DESCRIPTION OF REQUIREMENTS. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov. Complete SAM registration means a registered DUNS and CAGE Code numbers. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96, Effective: 06 Nov 2017 and Defense Federal Regulation Supplement (DFARS), DPN 12/28/2017. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which can be accessed in full text at www.farsite.hill.af.mil. The following Clause apply: 52.204-7, System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.204-17, Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.207-4 Economic Purchase QuantitySupplies AUG 1987 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-6, Brand Name or Equal AUG 1999 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2, Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1, Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 252.203-7005, Representation Relating to Compensation of Former dod Officials NOV 2011 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2016-O0003); 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011, Alternative Line Item Structure SEP 2011 252.211-7003, Item Unique Identification and Valuation, MAR 2016 252.211-7008, Use of Government-Assigned Serial Numbers, SEP 2010 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c0d4b4fd805be38ef4e18fa64dadc13)
 
Record
SN04850579-W 20180314/180312230856-6c0d4b4fd805be38ef4e18fa64dadc13 (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  © 1994-2020, Loren Data Corp.