This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Solicitation FA8751-08-Q-0470 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080721. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Service Disabled Veteran Owned Small Business set-aside. The NAICS code is 443112 and small business size standard is 500 employees.
The contractor shall provide the following items on a firm fixed price basis:
Item 1: Videoconferencing System
Qty: 1
Description: videoconferencing system designed for custom integrations; V.35 serial interface; 19ââ¬ï¿½ rack mountable codec; expandability for future applications; dual DVI/XGA with VESA Power Management; total management via serial port, embedded web server, SNMP, Telnet, SSH, XML, HTTP/HTTPS, FTP and on screen menu; rate matching and transcoding function; capability of offering powerful live presentations through one-step PC plug-in or LAN connection; ability to view presentations and presenter simultaneously with DuoVideo and H.239 Dual Stream; URI dialing; choice of Network: up to 2 Mbps ISDN or external network (H.320)/4 Mbps IP (H.323 or SIP)/6 Mbps in MultiSite; true CD-quality audio; embedded encryption function as well as IEEE 802.1x and H.325 authentication for security; video quality using H.264 standard; Protection against network interruptions in point-to point and multipoint calls with automatic Downspeeding and IPLR; w/ precision HD camera; camera cable set 2m and 5m, microphone and trackers (Tandberg 6000MXP CODEC p/n 115920 OR EQUAL)
Item 2: Natural presenter package
Qty: 1
Description: videoconferencing feature with Duo video, PC presenter, PD SoftPresenter, and digital clarity (Tandberg p/n 113816NPP OR EQUAL)
Item 3: Service package
Qty: 1
Description: Codec 6000 MXP HD Integrator Package Domestic Customer Core Service, 3 year (Tandberg p/n 115920V31D-3 OR EQUAL)
Offerors shall provide at least the same warranty terms, including extended warranties, offered to the general public in commercial practice.
The estimated delivery date is 30 days after award. The place of delivery, acceptance, and FOB Destination point is Air Force Research Lab, 148 Electronic Pkwy, Rome NY, 13441.
The following provisions and clauses apply to this acquisition:
52.212-1 Instructions to Offerors Commercial Items with the following paragraph addenda:
(b) Written quotes are due by 3 PM EST WEDNESDAY AUGUST 13, 2008. Submit to: AFRL/RIKO, Attn: Richard Childres, by email at
[email protected], by fax to 315-330-7513, or by mail to 26 Electronic Parkway, Rome NY 13441-4514.
(b)(4) Submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents.
(b)(10) No past performance information is required.
(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror.
52.212-2 Evaluation-Commercial Items. The Government intends to award a firm fixed price contract as a result of this RFQ to the responsible offeror whose quote is the most advantageous based on Technical Acceptability and Price. Technical Acceptability is significantly more important than Price.
52.212-3 Offeror Representations and Certifications-Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to submit paragraph (B) of this provision with their quote.
52.212-4 Contract Terms and Conditions-Commercial Items.
52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following additional FAR clauses cited within the clause also apply:
52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
52.219-28 Post Award Small Business Program Rerepresentation
52.222-3 Convict Labor
52.222-19 Child Labor - Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFARS clauses cited within the clause also apply:
252.225-7001 Buy American Act and Balance of Payments Program
252.227-7015 Technical Data Commercial Items
252.227-7037 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests
252.247-7023 (Alt III) Transportation of Supplies by Sea Alternate III
252.247-7024 Notification of Transportation of Supplies by Sea
The following DFARS and AFFARS clauses and provisions also apply:
252.211-7003 Item Identification and Valuation
252.225-7000 Buy American Act - Balance of Payments Program Certificate
252.232-7010 Levies on Contract Payments
5352.201-9001 Ombudsman with the following filled in: Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Offerors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow-Receipt and Acceptance (https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
Bid Protests Not Available