Federal Bid

Last Updated on 30 Sep 2012 at 9 AM
Combined Synopsis/Solicitation
University Mississippi

Lecture Capture System Upgrade or Replacement

Solicitation ID HT9404-12-Q-D059
Posted Date 01 Sep 2012 at 6 PM
Archive Date 30 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usuhs
Agency Department Of Defense
Location University Mississippi United states
1 September 2012:  The purpose of this amendment is to extend the due date for quotes to Friday, 7 September 2012 by 9:30am.


The Uniformed Services University of the Health Sciences (USUHS) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for the upgrade of its lecture capture system (or deployment of a new lecture capture system).

Additional information regarding USUHS and its mission can be found at: www.usuhs.mil.

USUHS procured the Sonic Foundry Lecture Capture System for deployment in the lecture halls in the autumn of 2009. Maintenance and upgrade support for the existing lecture capture devices will come to an end shortly as Sonic Foundry operates on an embedded copy of Windows XP, which will soon lose its support from Microsoft. USUHS is seeking to either upgrade its existing Sonic Foundry system with new hardware, or to procure an entire replacement system. Offerors are encouraged to submit a quote for either the upgrade of the existing system or a brand new lecture capture system. See the attached Technical Requirements document for specifics on the lecture capture system.

This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 (effective 27 August 2012) and Defense Federal Acquisition Regulations Supplement Publication Notice 20120724 (effective 24 July 2012).

Offerors must specify in their quote submission whether the upgrade to the existing system is being quoted or a new lecture capture system is being quoted
.

This solicitation is set aside for small businesses under the applicable North American Industry Classification System (NAICS) Code 334310 - Audio and Video Equipment Manufacturing, which has a Small Business Administration (SBA) small business size standard of 750 employees.

Offerors must complete the DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate and include a copy of the completed certificate with your quote.

In order to be eligible for award of this purchase order, offerors must either be registered with the System for Awards Management (SAM) located at https://www.sam.gov/portal/public/SAM/, with completed representations and certifications, or for those offerors not registered in SAM, FAR Provision 52.212-3 Offeror Representations and Certifications - Commercial Items must be submitted with the quote package. Offerors not registered in SAM or who do not submit a completed copy of FAR Provision 52.212-3 will not be eligible for award. See attached for the full-text version of FAR Provision 52.212-3.

Offerors interested in responding to this requirement must provide a quote for the replacement of the existing lecture capture system or the deployment of a new lecture capture system which meets the technical specifications identified in the attached Technical Requirements document.

CLIN structure is as follows:

0001  Mediasite MSL-CSM-REF Mediasite ML Recorder Refresh or Alternative Product
Qty.: 2
Unit Cost: ________
Total Cost: __________

0002 Mediasite MSL-CSR-REF Mediasite RL Recorder Refresh or Alternative Product
Qty.: 7
Unit Cost: ________
Total Cost: __________

0003 Maintenance for the base year (upon lapse of warranty)
Unit of Measure: Quarterly/Monthly (specify which)
UOM: QU/MO
Unit Cost: ________
Total Cost: __________

1001 Option I: Annual maintenance/upgrades
Unit of Measure: Quarterly/Monthly (specify which)
UOM: QU/MO
Unit Cost: ________
Total Cost: __________

2001 Option II: Annual maintenance/upgrades
Unit of Measure: Quarterly/Monthly (specify which)
UOM: QU/MO
Unit Cost: _________
Total Cost: __________

3001 Option III: Annual maintenance/upgrades
Unit of Measure: Quarterly/Monthly (specify which) UOM:
QU/MO Unit Cost: ________
Total Cost: __________

4001 Option IV: Annual maintenance/upgrades
Unit of Measure: Quarterly/Monthly (specify which)
UOM: QU/MO
Unit Cost: ________
Total Cost: __________

In order to be considered for award, offerors must provide a quote for each CLIN listed.

The Government intends to award a single firm-fixed priced (FFP) option year (base + 4 options) purchase order representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item.

The Government reserves the right to award without discussions.

Evaluation Factors (Listed in order of importance):

1. Technical: Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate that the quoted item meets the specifications outlined in the attached Technical Requirements document. Information on warranty, training, installation and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (i.e., trade magazines) and customer reviews/references as part of the technical evaluation. Offerors should also provide a list of authorized service providers for maintenance on the item(s) quoted. If there are none, indicate as such with the quote submission.

2. Price: Offerors must include all applicable costs, (e.g. accessories, shipping, etc.) in their quote. Offerors must also include the total maintenance costs of the item quoted. The total quoted price for all components, to include maintenance for the base year and all options, will be the evaluated price.

Quoted items must be new. Quotes for refurbished equipment will not be considered.

All questions/clarifications in reference to this RFQ must be submitted via email to the Contract Specialist, Melissa T. Marcellus at [email protected] no later than 9:00am EST on Thursday, 30 August 2012. Only electronic submissions of questions/clarifications will be accepted. Questions/clarifications will be addressed in an amendment to the solicitation. Any questions/clarifications submitted after 9:00am EST on 30 August 2012, or via any means other than what is specified above, will not be answered.

Quotes are due on or before 9:30am EST on Friday, 7 September 2012 (new date and time)
. Quotes shall be submitted via email to the Contract Specialist, Melissa T. Marcellus, at [email protected]. Quotes received after this 9:30am EST, 7 September 2012 deadline, or via any means other than email will not be evaluated.

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Jul 2014 at 3 PM
Location Unknown 18 Aug 2017 at 6 PM
Location Unknown 29 Jul 2022 at 4 AM
Usaf academy Colorado 06 Nov 2020 at 12 AM
Location Unknown 30 Aug 2017 at 9 PM

Similar Opportunities

Ashburn Virginia 08 Jul 2025 at 6 PM
Ashburn Virginia 08 Jul 2025 at 6 PM
Ashburn Virginia 16 Jul 2025 at 4 AM (estimated)
California 11 Jul 2025 at 10 AM (estimated)
Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM