Federal Bid

Last Updated on 20 Mar 2012 at 8 AM
Combined Synopsis/Solicitation
Agency Iowa

Vocollect Headsets/Accessories and Maintenance

Solicitation ID MPLSBEI2033001
Posted Date 28 Feb 2012 at 4 PM
Archive Date 20 Mar 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ditco-Scott
Agency Department Of Defense
Location Agency Iowa United states

Reference#: MPLSBEI2033001

The Defense Information Technology Contracting Organization (DITCO), IT Contracting Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55.The applicable NAICS code is 334210. The business size standard is 1000 employees. The Federal Supply Class (FSC) is 7035. This acquisition is for the purchase of Volcollect Headsets, accessories, and hardware/software maintenance for FY12. Manufactured by: Vocollect and authorized resellers. This requirement is for the Defense Commissary Agency.

All quotes must be for BRAND NEW products. Quotes for used, re-furbished, etc items will not be accepted. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing pricing must be authorized resellers of the OEM. Quotes must be for brand name equipment. Partial quotes will not be accepted. Shipping is FOB Destination.

All quotes are due NLT 05 March 2012. Please contact [email protected] with questions.

Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: Lowest Price Technically Acceptable.

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED RFQ:

1. DUNS Number _________________________________________

2. TIN Number ___________________________________________

3. CAGE Code ___________________________________________

4. Contractor Name ______________________________________________________

5. Payment Terms (net 30) or Discount _____________________________________

6. Delivery Date _________________________________________

7. Business Size (i.e. small, women-owned, etc.)______________________________

8. Point of Contact & Phone Number________________________________________

9. Fax Number _____________________________________

10. Email address___________________________________________________

11. FOB (destination or origin)_______________________________________

 

Vocollect Talkman T5 Terminals with accessories Hardware (new) 

1.   Talkman T5 (TT-700-100) 5083 - KCS   Qty  20
2.   T5 High Performance Battery (BT-700) 5083 - KCS  Qty 20
3.   T5 10 Bay Combo Charger, US - 5 T5 slots and 5 spare battery slots (CM-700-1) 5083 - KCS  Qty 4

4.   Charger, T5 Single Combination Bay (CM-700-2) 5083 - KCS   Qty 1
5.   Headset, SR-30 Talkman High Noise (HD-702-1) 5083 - KCS 20

Software (new)
6.   Vocollect VoiceConsole V3.1.1 Site License (per device) (SW-VCONS-3.1.1-SITE-LICS) 5083 - KCS  Qty 20

7.   Vocollect Voice Client for Talkman T5 V3.7.1 (SW-VCLIENT-T5-3.7.1-SITE-LICS 5083 - KCS  Qty 20

8.   Vocollect VoiceDirect V2.2 for MA Task Client (SW-VDIR-ALL-2.2-SITE-LICS 5083 - KCS  Qty 20

Software Maintenance (new)
9.   Vocollect VoiceDirect Standard 1 Year Software Support Plan (SWS-VDIR-SUPRT-1YR) 5083 - KCS  Qty 20

10.   Vocollect VoiceConsole Standard 1 Year Software Support Plan (SWS-VCONS-SUPRT-1YR) 5083 - KCS  Qty 20

11.   Vocollect VoiceClient Standard 1 Year Software Support Plan (SWS-VCLIENT-SUPRT-1YR) 5083 - KCS  Qty 20


Software Maintenance for previously purchased HW
12.   Vocollect VoiceDirect® Standard 1 Year Software Support Plan (SWS-VDIR-SUPRT-1YR) 5120 - existing HW  Qty 100

13.   Vocollect VoiceConsole® Standard 1 Year Software Support Plan (SWS-VCONS-SUPRT-1YR) 5120 - existing HW  Qty 100

14.   Vocollect VoiceClient® Standard 1 Year Software Support Plan (SWS-VCLIENT-SUPRT-1YR) 5120 - existing HW Qty 100

15.   Talkman® T5 Wearable Computer Standard Support-1 Year (HWS-TT-700-100-STD-REN 5123  Qty 100

16.   10-Bay Combination Charger, T5 Standard Support-1 Year (HWS-CM-700-1-STD-REN 5123  Qty 20

17.   Headset, Vocollect® SR Series Standard Support-1 Year (HWS-HD-7XX-STD-REN) 5123  Qty 478

A Support Reinstatement fee may apply.

Required Delivery: 30 days ARO

Delivery Address:
DeCA HQ
1300 E Avenue
Fort Lee, VA 23801

The following provisions apply to this requirement:    

FAR

52.204-7 Central Contractor Registration,

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards,

52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.212-1 Instructions to Offerors-Commercial,

52.212-4 Contract Terms and Conditions-Commercial Items,

52.222-3 Convict Labor,

52.222-21 Prohibition of Segregated Facilities,

52.222-26 Equal Opportunity,

52.222-35 Equal Opportunity for Special Disabled Veterans,

52.222-36 Affirmative Action for Workers with Disabilities,

52.222-37 Employment Reports on Special Disabled,

52.222-50 Combating Trafficking in Persons,

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving,

52.225-13 Restriction on Certain Foreign Purchases,

52.232-33 Payment by Electronic Funds Transfer,

52.233-1 Disputes

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.247-34 F.O.B. Destination

 DFARS

252.203-7000 Requirements Relating to  Compensation of Former DoD Officials,

252.203-7002 Requirement to Inform Employees of Whistleblower Rights,

252.203-7003 Control Of Government Personnel Work Product,

252.203-7005 Representation Relating to Compensation of Former DoD Officials,

252.204-7004 Alt, Central Contractor Registration, Alternate A,

252.204-7003 Control of Government Personnel Work Product,

252.204-7008 Export-Controlled Items

252.211-7003 Item Identification and Valuation,

252.211-7008 Use of Government-Assigned Serial Numbers

252.225-7000 Buy American Act--Balance of Payments Program Certificate

252.225-7001 Buy American Act and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.232-7003 Electronic Submission of Payment Requests,

252.232-7010 Levies on Contract Payments,

252.243-7001 Pricing of Contract Modifications,

252.247-7023 Transportation of Supplies by Sea (Alternate III),

 

The following provisions and clauses will be incorporated by full text:

52.204-9000 Points of Contact,

52.204-9001 Contract/Order Closeout-Fixed-Price, Time-and-Materials, or Labor-Hours,

52.209-9000 Organizational And Consultant Conflicts Of Interest (OCCI), 

52.212-3 Offeror Representations and Certifications-Commercial Items,

52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-

Commercial Items,

52.219-1 Small Business Program Representation (Alternate 1),

52.222-22 Previous Contracts and Compliance Reports,

52.222-25 Affirmative Action Compliance,

52.252-1 Solicitation Provisions Incorporated By Reference,

52.252-2 Clauses Incorporated By Reference,

52.252-5 Authorized Deviations In Provisions,

52.252-6 Authorized Deviations In Clauses,

52.232-9000 Wide Area Workflow,

252.204-7006 Billing Instructions,

252.212-7000 Offeror Representations and Certifications-Commercial Items,

252-212-7001 Contract Terms and Conditions,

  

Bid Protests Not Available

Similar Past Bids

Location Unknown 18 May 2018 at 3 PM
Location Unknown 31 Aug 2016 at 7 PM
Guam 14 Sep 2016 at 6 AM
Agency Iowa 22 Sep 2014 at 3 PM
Location Unknown 28 Jun 2011 at 4 PM

Similar Opportunities