Federal Bid

Last Updated on 05 Dec 2019 at 5 PM
Combined Synopsis/Solicitation
Newport Rhode island

Video Teleconferencing Polycom Codecs items

Solicitation ID N66604-18-Q-3000
Posted Date 11 Sep 2018 at 2 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Newport Rhode island United states 02841
 

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-18-Q-3000.

 

The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a Firm Fixed Price Type order. The Government's minimum specifications are brand name only, no substitutions allowed part numbers out lined in the tables below:

 

CLINS

Polycom Part No.

 

Description/Title

 

QTY.

 

Unit

Unit

Cost

Extended Unit Cost

0001

J7200-64250- 001

RealPresence Group 500-720p: Group 500 HD codec, EagleEyeIV-12x camera

 

2

 

Each

 

 

0002

5150-65081-

001

 

Group Series and Centro Multipoint License.

 

2

 

Each

 

 

0003

5150-65082-

001

 

Group Series 1080p HD License-1080

 

2

 

Each

 

 

0004

2215-64200-

001

 

EagleEye Digital Extender

 

1

 

Each

 

 

0005

4870-64250-

112

 

Premier, One Year, RealPresence Group 500-720p

 

2

 

Each

 

 

0006

7230-84280-

001

 

Polycom ISDN Gateway for Real Presence Group series.

 

2

 

Each

 

 

0007

2215-10445-

001

 

Power Cord: AMERICAS

 

5

 

Each

 

 

0008

N/A

Shipping

1

Lot

 

 

  

0009

N/A

UID Tagging for items over $5K

1

Lot

 

 

This procurement is 100% set aside for small business as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334310; the Small Business Size Standard is 750 employees.

 

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations, and 252.211-7003 Item Unique Identification and Valuation.

This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the offeror must provide the following: (1) a proposal including all of the part numbers listed in tables above. No partial quotes will be accepted. (2) offeors shall provide brand name specific items required by this solicitation, no substitutions allowed, as specified in the attached Brand Name Justification.  (3) Offerors must be authorized reseller and shall provide reseller status. The Government will verify reseller status with the manufacturer.

 

The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. A Section 508 applies to this solicitation, see clause UW C-2-0003 below:

UW C-2-0003-ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (MAR 2010)

(a)  Each Electronic and Information Technology (EIT) item or service provided under this contract shall comply with the EIT Accessibility Standards listed below:

 

36 C.F.R. § 1194.21 - Software applications and operating systems

X

36 C.F.R. § 1194.22 - Web-based and internet information and applications

X

36 C.F.R. § 1194.23 - Telecommunications products

X

36 C.F.R. § 1194.24 - Video and multimedia products

 

36 C.F.R. § 1194.25 - Self contained, closed products

X

36 C.F.R. § 1194.26 - Desktop and portable computers

X

36 C.F.R. § 1194.31 - Functional Performance Criteria

X

36 C.F.R. § 1194.41 - Information, Documentation, and Support

(b)  The Contractor shall provide a Voluntary Product Accessibility Template (VPAT) for items or a Government Product/Service Accessibility Template (GPAT) for service to document compliance with the indicated Section 508 Standards. 

Please refer to: http://www.itic.org/index.php?submenu=Resources&submenu=Resources&src=gendocs&ref=vpat&category=resources or http://www.buyaccessible.gov/ for more information on VPATs and GPATs or contact http://www.access-board.gov/contact.htm or www.gsa.gov/section508

(c)  The Contractor shall comply with the VPAT or GPAT document submitted. If the Contracting Officer determines that any item or service delivered under this contract does not comply with the EIT Accessibility Standards, the Contracting Officer will notify the Contractor in writing accordingly. If the Contractor fails to promptly correct or replace the nonconforming products or services with conforming products or services within the delivery schedule contained in the contract, the Government will have the rights and remedies contained in the basic contract. 

Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far

The required delivery is 30 September 2018, F.O.B. Destination is Newport, RI 02841.

Payment will be made via Wide Area Workflow.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov

The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. A quote received after the closing date and time specified will be ineligible for award.

The quote may be submitted through FedBizOpps and must be received on or before Wednesday, 12 September 2018, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Stephanie Smyth at [email protected] or 401-832-6964.

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 11 Sep 2018 at 2 PM
Keyport Washington 23 Sep 2020 at 6 PM
Washington District of columbia 23 Sep 2014 at 6 PM
Newport Rhode island 22 May 2018 at 8 PM

Similar Opportunities