United States - Video Conferencing Polycom Codecs ITems

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 June 2019
Opportunity publication date
27 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 24, 2019 11:43 am

 

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 N66604-19-Q-1770.
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award 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

3

Each

 

 

0002

2215-64200-001

EagleEye Digital Extender

3

Each

 

 

0003

4870-64250-112

Premier Service, One Year, RealPresence Group 500-720p
 
Technical Support for CLIN 0001

3

Each

 

 

0004

2200-23809-002

Microphone, Ceiling, HDX, WHT

1

Each

 

 

0005

2200-23810-002

Microphone, Ceiling, Extension Kit

1

Each

 

 

0006

2457-25645-001

Sound Structure Clink Cable

6

Each

 

 

 
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 2019-02TA. 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, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation.
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 quote including all of the part numbers listed in the table above. No partial quotes will be accepted. (2) offerors shall provide brand name specific items required by this solicitation, no substitutions allowed, as specified in the attached Brand Name Specification.  (3) Offerors must be authorized resellers and shall provide reseller status. The Government will verify reseller status with the manufacturer. The Government will consider past performance information contained in SPRS whereby negative past performance and delivery information may render a quote being deemed technically unacceptable.
The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9. DFARS 252.211-7003 Item Unique Identification and Valuation applies to this solicitation for any item with a unit acquisition cost of greater than $5,000.00 Section 508 applies to this solicitation, see clause C-239-W001 below:
C-239-W001 - ELECTRONIC AND INFORMATION TECHNOLOGY (EIT) ACCESSIBILITY STANDARDS/SECTION 508 COMPLIANCE (NAVSEA) (OCT 2018)
(a)  Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for product(s)/service(s) procured under this solicitation. 
(b)  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
_____  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
(c) For more information on Voluntary Product Accessibility Template (VPAT) and Government Product/Service Accessibility Template (GPAT) please refer to:  http://www.buyaccessible.gov/ or http://www.section508.gov/content/sell/vpat.
(d)  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 thirty (30) days after receipt of order, 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 Tuesday, June 4, 2019, 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 Kate Arsenault at kate.arsenault@navy.mil or 401-832-7433.

Opportunity closing date
04 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NUWC Newport Division United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?