Federal Bid

Last Updated on 13 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
South dakota

Telepresence Equipment

Solicitation ID RFQ-19-149
Posted Date 29 Aug 2019 at 1 PM
Archive Date 13 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
Contracting Office Aberdeen Area Office
Agency Department Of Health And Human Services
Location South dakota United states
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.

B. The Great Plains Area Indian Health Service (I.H.S) intends to award a Firm-Fixed Price, Commercial Item, purchase order in response to Request for Quote (RFQ) 19-149.

C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05.

D. The RFQ is issued at a 100% Indian Economic Enterprise Small business and associated with NACIS code 423430, which as a small business standard of 250 employees.

E. The unit price is an all-inclusive (All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes, contact the local Tribal TERO Office to see if taxes are applicable), plus all other cost pertinent to the performance of this purchase order. Utilize your most competitive and reasonable rates. Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA".

F. The Contract Line Items (CLINs) structure is as shown below.

CLIN 0001 CS-Room55-K9 Room 55 with Touch 10 and Mount; 
1 EACH @ $__________________________

CLIN 0002 CON-ECDN-CSROOMK9 Cisco SmartNet ESS with 8X5XNBD Cisco Spark Room 55 with Touch 10 and Mount-
1 EACH @ $_______________________

CLIN 0003 PWR-CORD-USA-F Power Cord for United States of America 4.5m 10A
 1 EACH @ $____________________________

CLIN 0004 CS-ROOM55-WBK Spark Room 55, Wheel Base Kit-
1 EACH @ $___________________________

CLIN 0005 CS-R55-UNIT-K9+ Cisco Spark Room 55 Main Unit-
1 EACH @ $_____________________________

CLIN 0006 CTS-MIC-TABL20+ Cisco TelePresence Table Microphone 20-
 1 EACH @ $_______________________________

CLIN 0007 CAB-PRES-2HDMI-GR- Presentation cable 8m GREY HDMI 1.4b (W/ REPEATER)-
1 EACH @ $_______________________________

CLIN 0008 CAB-ETH-5M-GR- CAB (16,4 feet / 5m) GREY ETHERNET-
1 EACH @ $_______________________________

CLIN 0009 CAB-DV10-8M- 8 meter flat grey Ethernet cable for Touch 10-
 1 EACH @ $_______________________________

CLIN 0010 CS-TOUCH10+ Cisco Touch10 controller for collaboration endpoints
 1 EACH @ $_____________________________

CLIN 0011 SW-S53200-CE9 SW Image for Cisco Spark Room
1 EACH @ $_________________________

CLIN 0012 R-UCL-UCM-LIC-K9 Top Level SKU For 9.x/10.x User License - eDelivery
1 EACH @ $__________________________

CLIN 0013 CON-ECMU-RUCLUCK9 (5 Years) Cisco SmartNet SWSS UPGRADES Top Level SKU For 9
1 EACH @ $__________________________

CLIN 0014 CUCM-VERS-10.X CUCM Software Version 10.X
1 EACH @ $_____________________________

CLIN 0015 LIC-TP-10X-ROOM Telepresence Room Based Endpoint Single or Multi-Screen-
1 EACH @ $_________________________

CLIN 0016 CON-ECMU-LICTP1RO Cisco SmartNet SWSS Upgrades Telepresence Room-
1 EACH @ $_____________________________________

CLIN 0017 LIC-EXP-ROOM Expressway Room License
1 EACH @ $________________________________

CLIN 0018 LIC-EXP-TURN Enable TURN Relay Option
2 EACH @ $__________________________________

CLIN 0019 LIC-EXP-E-PAK Expressway Series, Expressway-E PAK
1 EACH @ $____________________________________

CLIN 0020 LIC-UC-ENC UC Encryption License
1 EACH @ $____________________________________

CLIN 0021 UCM-PAK UCMPAK
1 EACH @ $__________________________________

CLIN 0022 EXPWY-VE-C-K9 Cisco Expressway-C Server, Virtual Edition
2 EACH @ $________________________________

CLIN 0023 LIC-EXP-E Enable Expressway-E Feature Set
2 EACH @ $__________________________________

CLIN 0024 LIC-EXP-GW Enable GW Feature (H323-SIP)
4 EACH @ $_______________________________________

CLIN 0025 PC-10X-STANDARD-K9 Prime Collaboration Standard 10.x
1 EACH @ $______________________________________

CLIN 0026 SW-EXP-8.X-K9 Software Image for Expressway with Encryption, Version X8
1 EACH @ $__________________________________

CLIN 0027 LIC-EXP-AN Enable Advanced Networking Option
2 EACH @ $______________________________________

CLIN 0028 EXPWY-VE-E-K9 Cisco Expressway-E Server, Virtual Edition
2 EACH @ $__________________________

CLIN 0029 LIC-SW-EXP-K9 License Key Software Encrypted
4 EACH @ $______________________

CLIN 0030 LIC-EXP-SERIES Enable Expressway Series Feature Set
4 EACH @ $________________________

G. Telepresence Equipment

H. Delivery to South Dakota Urban Indian Health 1714 Abbey Road, Pierre SD 57501; Period of Performance: Forty Five (45) days from the date of the award.

I. FAR 52.212-1 Instructions to offerors- Commercials Items (October 2018)

Offers may be submitted on the company letterhead stationery, signed and dated. It shall include the following in order to be considered technically acceptable:

1. Solicitation Number: RFQ-19-149
2. Closing Date: SEPTEMBER 6, 2019 @ 12:00 PM CST
3. Name, Address, and phone number of company and email of contact person.
4. Technical description of the service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary.
5. Price and any discount terms
6. "Remit to" Address, if different than mailing address
7. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.
8. Acknowledgement of Solicitation Amendments (if any issued).
9. Statement stating ability to meet qualifications and the requirements of the Statement of Work.
10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions.

In addition, Contractors shall provide the following:

• Indian Firm Representation Form

J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2018)-See attachment for full text.

An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) t through (o) of this provision.

K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (October 2018) - See attachment; in by reference
L.. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (August 2019) - See attachment for full text.
M. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.
N. Offers will be accepted electronically, Submit via e-mail to the following:
Great Plains Area Indian Health Service
Faye Goehring, Contract Specialist
115 4th Avenue SE, Room 309, Federal Building
Aberdeen, South Dakota 57401
Fax 605-226-7328
e-mail: [email protected]

Any questions please submit by September 4, 2019 @ 12:00 PM CST

NOTICE TO OFFERORS:
No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusion.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office there is a change in provider.

In addition, no Contractor or subcontractor employee shall be permitted to performance work under this contract if listed on the LEIE (HHS Office of Inspector general List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.

Contract will need a DUNS number, TIN number and be registered and active in SAM at www.sam.gov.

Bid Protests Not Available

Similar Past Bids

Sioux falls South dakota 29 Jul 2019 at 12 PM
Fpo Ae 17 Sep 2015 at 4 PM
Port hueneme California 14 Aug 2018 at 7 PM
Denver Colorado 07 Aug 2012 at 9 PM

Similar Opportunities

No Similar Opportunities Found