Federal Bid

Last Updated on 28 Jul 2009 at 8 AM
Combined Synopsis/Solicitation
Bay Arkansas

Briefcase Style VTC System/Repost of F2VTJ59135AC01

Solicitation ID F2VTJ59135AC01A
Posted Date 01 Jul 2009 at 7 PM
Archive Date 28 Jul 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Contracting Office Fa4814 6 Cons Pk
Agency Department Of Defense
Location Bay Arkansas United states

This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VTJ59135AC01A. This acquisition is 100% set aside for HUBZone businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following:

DESCRIPTION OF REQUIREMENT: Briefcase Style Video Teleconferencing System. System will provide Tactical Video Teleconferencing services. Tandberg Tactical II OR EQUAL is the recommended source.

CLIN 0001 (17 Each) Tanberg Tactical MXP V.35 Pkg (384 kbps V.35/1.5 Mbps IP) OR EQUAL with the following salient characteristics:


MONITOR
Display Type: Color TFT LCD Screen
Screen Size: 15,4" Wide
Pixel Resolution: 1280x800 WXGA

INTEGRATED CAMERA
Resolution: 450 Lines
Lens: 4.0mm
Auto Gain Control: Yes
Auto White Balance: Yes
10 x zoom
460 (PAL) / 470 (NTSC) TV lines
Min. illumination 1.2 Lux (F1.4)
Auto or manual focus / brightness / white balance
Far end camera control
15 near and far-end camera pre-sets

BANDWIDTH
H.320 up to 512 kbps
H.323 up to 2 kbps

VIDEO
Video Standards: H.261, H.263, H.263+, H.263++
(Natural Video), H.264

VIDEO FEATURES
Picture in Picture (PIP)
Intelligent Video Management
Native 16:9 Widescreen
Advance Screen Layouts
Picture Outside Picture (POP)
Dual Monitor emulation (side by side)
Simultaneous videoconference & local PC Mode

VIDEO INPUTS (4 INPUTS)
1 x MiniDin, S-video: document camera
1 x RCA/Phono, composite: built-in camera
1 x RCA/Phono, composite: VCR
1 x XGA: PC

VIDEO OUTPUTS (4 OUTPUTS)
1 x MiniDin, S-video: main monitor
1 x RCA/Phono, composite: main monitor or VCR
1 x RCA/Phono, composite: dual monitor
1 x DVI/XGA: main or dual monitor


VIDEO FORMAT
NTSC or PAL, VGA, SVGA , XGA, W-XGA, SXGA and HD 720P
NATIVE: NTSC

AUDIO
Audio Standards: G.711, G.722, G.722.1, G.728, 64 bit & 128 bit MPEG4 AAC-LD

AUDIO FEATURES
Telephone add-on via Multisite
Audio level meters
Automatic noise reduction
Audio mixer
Automatic gain control

AUDIO INPUTS (4 INPUTS)
2 x microphone, 24V phantom powered, XLR connector,
1 x internal microphone
1 x RCA/Phono, Line level: auxiliary
1 x RCA/Phono, Line level: VCR

AUDIO OUTPUTS (4 OUTPUTS)
1x RCA/Phono, main audio and built-in speakers
1 x RCA/Phono, Line level: VCR
1 x 3.5mm stereo jack headphones (privacy feature)

PACKAGING
Dimensions: Less than or Equal to: L21.2" x W16" x H8.3"
Weight: Less than or Equal to: 25lbs.
Hardened Black Case with Wheels and Pull-Out Handle

FRAME RATES
15 frames per second @ 56 - 128 kbps
30 frames per second @ 168 - 768 kbps
Point-to-point only: 60 fields/sec @ 336 kbps - 768 kbps (Natural Video)

DUAL Stream
DuoVideo including H239
Available on H.323 & H.320
Available in Multisite from any site

MULTISITE FEATURES
Support for ISDN or IP telephones
Dial in / Dial out capabilities
Continuous Presence or Voices Switched
5 sites including min. 1 telephone call
Built-in Multi-Site audio bridge for up to 5 sites
Built-in Multi-Site IP audio bridge for up to 4 sites
Duo Video, Digital Clarity

NETWORK FEATURES
Auto H.320/H.323 dialing
Programmable network profiles
Intelligent Call Management
Maximum call length timer
Automatic SPID and line number configuration
(National ISDN, GR-2941- CORE)
Dual stack IPv4 and IPv6 simultaneous support

EMBEDDED ENCRYPTION
H.320 ,H.323 point-to-point calls
Standards-based: H.233, H.234, H.235, DES and AES; Automatic key generation and exchange

SECURITY FEATURES
IP password
Menu Password
Access code
Streaming password
H.243 MCU password
VNC password
SNMP security alert
Encrypted HTTP password


NETWORK INTERFACES
4 x ISDN BRI (RJ-45), S-inter face
1 x LAN/Ethernet (RJ-45) 10/100 Mb
(LAN/DSL/cable modem)
1 x PC card slot (PCMCIA) for wireless LAN
1x USB

SYSTEM MANAGEMENT
Management Suite
Total management via embedded web browser, SNMP Telnet FTP, SOAP
Remote software upload: during a call over all networks, via web-server, and via FTP
1 x RS-232
Remote control and on-screen menu system
External Services for TMS

POWER
100 - 250 VAC, 50 - 60 Hz 60 watts max. LPS
12-32 V DC, 60 watts LPS

OPERATING TEMPERATURE
Tactical MXP Input Power: 12VDC, 4.5A max.
DC/DC Power Supply: Input 12-32VDC, 15A max. /Output 12V, 6.0AAC/DC Power Supply: Input 100-240VDC, 1.5A /Output 12VDC, 5.5A
Operating Temperature: 0 to 35∞C (32 to 95∞F)
Ambient Temperature

HUMIDITY
30% to 85% Relative Humidity

 

CLIN 0002 (17 Each) TANDBERG Tactical MXP V.35 Software Natural Presenter Package (NPP) OR EQUAL including the following salient characteristics:

PC Presenter (DVI-I, SXGA In)
PC Soft Presenter
Digital Clarity & Native Formats
Advanced Video Layouts
Streaming compatible with Cisco IP/TV,
Apple QuickTime®, RealPlayer® v8 etc.

CLIN 0003 (17 Each) Customer Core Support Service to include Mon-Fri 8:00 A.M. to -5:00 P.M Telephone, Web and Email Support for TANDBERG Tactical MXP V.35 (384 kbps V.35/1.5 Mbps IP) OR EQUAL (Base Year)

CLIN 0004 (17 Each) Customer Core Support Service to include Mon-Fri 8:00 A.M. to -5:00 P.M Telephone, Web and Email Support for TANDBERG Tactical MXP V.35 (384 kbps V.35/1.5 Mbps IP) OR EQUAL (Option Year One)

CLIN 0005 (17 Each) Customer Core Support Service to include Mon-Fri 8:00 A.M. to -5:00 P.M Telephone, Web and Email Support for TANDBERG Tactical MXP V.35 (384 kbps V.35/1.5 Mbps IP) OR EQUAL (Option Year Two)

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 15 Jun 09 , DFAR DCN 20090115, and AFFAR AFAC 2009-0318. The North American Industry Classification System code (NAICS) is 334310, Audio and Video Equipment Manufacturing. The Standard Industrial Classification (SIC) is 3651, Projection Television Manufacturing. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable.

This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all.

NOTE: The following list of products, if applicable to this order, must
comply with Section 508 of the Rehabilitation Act of 1973, as amended (29
U.S.C.794d):

1. Software applications and operating systems
2. Web-Based internet and internet information and applications
3. Telecommunications products
4. Video and multimedia products
5. Self contained, closed products
6. Desktop and portable computers


DELIVERY ADDRESS: Equipment is procured on behalf of Joint Communication Support Element (JCSE), 8532 Marina Bay Drive, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: [email protected]. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause).

Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

DEADLINE: Offers are due on Monday, 13 July 2009, by 09:00 a.m. EST. Submit offers or any questions to the attention of Cathy Lee, 6 CONS/LGCB, via fax 813-828-5111, or preferably by email to [email protected].

In addition to emailing your quote, any questions concerning this procurement should also be via email with the solicitation number in the subject line.

Bid Protests Not Available

Similar Past Bids

Bay Arkansas 06 Aug 2009 at 7 PM
Bay Arkansas 23 Jun 2009 at 6 PM
Tacoma Washington 21 Aug 2006 at 4 AM
Location Unknown 22 Feb 2008 at 5 AM
Tacoma Washington 28 Jul 2008 at 4 PM

Similar Opportunities

Oklahoma 14 Jul 2025 at 4 AM (estimated)
Oklahoma 14 Jul 2025 at 4 AM (estimated)
Mississippi 15 Jul 2025 at 5 PM
Malmstrom air force base Montana 11 Jul 2025 at 8 PM