Federal Bid

Last Updated on 18 Nov 2008 at 9 AM
Combined Synopsis/Solicitation
Fort carson Colorado

58--Tandberg Edge 85 MXP- Video Teleconferencing Package

Solicitation ID W911RZ-08-T-0382
Posted Date 12 Sep 2008 at 2 PM
Archive Date 18 Nov 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort carson Colorado United states 80913

Solicitation



This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0382, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective June 12, 2008. The North American Industrial Classification System (NAICS) number is 423490 and the business size standard is 500. The proposed acquisition is Unrestricted.

LINE ITEM/DESCRIPTION:
CLIN 0001 PART# 115580,
TANDBERG EDGE 85 MXP BASE MODEL 1.1 Mbps IP ONLY, WITH TANDBERG PRECISIONHD CAMERA (MAINTENANCE CONTRACT REQUIRED), QTY: 14EA or Equal

CLIN 0002 PART#: 115595NPP, TANDBERG EDGE 85 MXP NATURAL PRESENTER PACKAGE (NPP) OPTION, QTY: 14 EA Or Equal

CLIN 0003 SERVICE PART#: 1155804-3 TANDBERG EDGE 85 PARTNER CORE ADVANCED SERVICE - 3 YRS, QTY: 14 EA Or Equal

CLIN 0004 PART#: 115300 TANDBERG 1700 MXP BASE MODEL (2mbps IP ONLY), QTY: 1 EA or Equal

CLIN 0005 PART#: 115358NPP, TANDBERG 1700 NATURAL PRESENTER PACKAGE (NPP) OPTION, QTY: 1 EA or Equal

CLIN 0006 SERVICE PART#: 115300V04-3, PARTNER CORE ADVANCED SERVICE - 3 YRS. QTY: 1 EA or Equal

This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.)

FAR 252.225-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default).

The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.

INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332), 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts).

Offers must be received NLT 9AM Mountain Standard Time, 19 September 2008, at Directorate of Contracting, ATTN: James Moreno, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quotes via e-mail to the [email protected] or fax TO: James Moreno, Contract Specialist (719) 526-4490
Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Feb 2009 at 7 PM
Location Unknown 13 May 2011 at 12 PM
Center Kentucky 05 Aug 2009 at 7 PM
San francisco California 15 Aug 2007 at 4 AM
Location Unknown 10 Sep 2008 at 4 PM