Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-08-T-0019 and is a 100% Small Business set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. NAICS number is 334310. Business Size Standard is 750 employees. DESCRIPTION: Video Teleconference Equipment (VTC) for US Army SMDC/ARSTRAT, Colorado Springs, Co. The following specifications are issued as Brand Name or equal specifications. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items and quantities within 30 calendar days after receipt of order, to include all associated parts, components, and hardware, as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0081 . Offerors shall structure their proposal to include a price for:
No# Item Model Number Part Number QTY
1 Adtran ISU-512 U 1202086L1 1
2 Adtran, Rackmount Blank Plate 1200202L2 1
3 Adtran, Rackmount for ISU-512 1200202L1 1
4 CDW, Apple USB Power Adapter MB352LL/A 1525110 4
79 Vaddio Camera Mount for Polycom Eagle Eye Camera 1 535-2000-221
80 40 hours, certified Technology Specialist (CTS) Certified Systems Installer, Install-ESI Additional Information: Installer to augment Government Lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation
81 12 hours, Certified Technology Specialist (CTS-I) Certified AV Systems Engineer/Certified Extron MediaLink Installer, Engineer-ESI Additional Information: Installer to augment Government Lead VTC/AV Systems Engineer. Contractor to provide own tools and transportation.
Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror's quote. Products and/or services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror's claims shall be provided with the offeror's quote. Manufacturer's standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. All items are required to be delivered FOB Destination within 30 calendar days after receipt of order. Delivery/Acceptance point is U.S. Army SMDC/ARSTRAT, 350 VANDENBERG STREET, Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 (Mountain Time). FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 9:00 AM, Mountain Time, 30 September 2008. Award is anticipated no later than 30 September 2008. Payment of invoice(s) shall be made by Defense Finance and Accounting Services (DFAS) under the order contemplated. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Product Design, Configuration, Technical and Functional Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or beat the required delivery date for all items described in CLINs 0001 - 0081 above; and (3) Total Proposed Price, inclusive of shipping cost and warranty price - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal information (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror's that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror's proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, and FAR clause 52.222-41, Service Contract Act of 1965. DFARs provisions 252.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army SMDC/ARSTRAT, ATTN: SMDC-RDC-W (Marie Tornai), 350 Vandenberg Street, Peterson AFB, Colorado 80914. All proposals not sent through the US Mail will be considered hand carried and subject to FAR 15.208. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt by due date and time set for receipt of proposals - see also in this respect FAR 52.215-5, Facsimile Proposals. Offerors are responsible for ensuring proposals are received no later than 9:00 AM (Mountain Time) on 30 September 2008. The point of contact for all information regarding this acquisition is Marie Tornai at (719) 554-8446, fax (719) 554-8442 or at e-mail marie.tornai@smdc-cs.army.mil.
:
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
:
U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
80914-4914
US