United States - Video conferncing equipment system

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
14 August 2019
Opportunity publication date
09 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 08, 2019 4:44 pm

The U.S. Army Contracting Command on behalf of the Special Operations Mission Planning Office intends to award on a sole-source basis one firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 This acquisition will be Solicited from a Single Source, as cited in FAR 13.106-1(b). The intended source is iSoft Corporation, 5361 Cleveland, Virginia Beach, VA 23462. The solicitation number is W911W6-19-R-0024 and is issued as a request for quote. The proposed contract action; a commercial purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of the following: (1) remove two wall mounted Insignia displays in side room, Polycom video teleconferencing Coder-Decoder (codec) with Cam and ceiling mic, Rack mounted Integrated Services Digital Network (ISDN) accessories, rack mounted Internet Protocol (IP) switch, Rack mounted all in one Device Manager Proxy Stub (DMPS) Switcher/controller & Amp. All removed equipment to be turned over to Government; (2) Provide two wall mounted 43" LCD displays to replace the existing Government's Insignia displays in side room for overflow viewing; (3) Implement a scaling receiver at the new 43" display locations to assure native resolution and maximum picture quality with the display regardless of the source input; (4) Integrate a new 8x8 chassis based Digital and Analog capable switching system that will accommodate a dual monitor based dedicated Secure Internet Protocol Router (SIPR) VTC system and one dedicated digital dual monitor SIPR Personal Computer (PC) at the rack, System inputs also include a single (digital or analog) laptop connection via an under table interface and new table cubicle at the existing conference room table and a dual monitor laptop connection via the office cubicle and two Device manager Transmitter (DMTX) units at table; (5) Switcher and sources will be integrated with the existing wall mounted 70" 1080 displays and Device manager Receiver (DMRX) units already in place on the front wall over the credenza; (6) Integrate a 24" Smart interactive display at the conference room table via a DMRX and the new table cubicle with an Universal Serial Bus (USB) extension system for use with the dedicated SIPR PC only; (7) Integrate a dedicated IP based secure only VTC system w/ dedicated High Definition (HD) cam and Ceiling mic; capability will include content sharing with the ability to push any other source input to the system at the far end of the VTC call; (8) Integrate a new rack mount audio amplifier to the existing (4) Ceiling speakers already installed; (9) Replace the existing Polycom mic with a new omni-direction tri element ceiling mic for use with the VTC only; (10) Remove and replace the existing 7" touch panel with a 10" touch panel at the conference table and program to control all aspects of the Audiovisual (AV) system including system power, source selection to any display, volume up/down, mute and basic VTC conference control to maintain ease of use; (11) All non-user AV gear will be stored in the 3 bay equipment credenza including appropriate power distribution and cable management. AV vendor reserves right to re-use any equipment, rack accessories, shelves and power distribution deemed necessary to provide the system functionality required. All cabling to and from the rack will be hardwired; (12) Control of VTC systems is based on use of the Cisco 8.0 codec firmware and 2.3 control module the latest release from the manufacturer, any need to run previous versions of Firmware must be specified; (13) The color or finish of any new furniture, if required, should match existing conference room furniture; (14) Any cabling paths that requires floor trenching, core drilling or penetration of a fire wall must be specifically identified; (15) All low voltage cabling will be run in ceilings and walls pending structural limitations in which surface mount plastic Panduit and wall boxes will be used; (16) Provide system training at the completion of the install and turn over all manufacture's printed material and accessories; and (17) one year manufacturer support with firmware upgrades. The following are vendor responsibilities: (1) Labor does not include any electrical, Local Area Network (LAN), ISDN, Analog Phone lines, Community Antenna Television (CATV), Satellite, Heating, Ventilating, and Air Conditioning (HVAC) or painting work required to accommodate installation of the system proposed; (2) AV vendor is not responsible for any wall or ceiling repair, patching or painting regarding the AV installation unless specifically called out in this document; (3) Labor fees quoted will be based on the availability of the facility for consecutive days, and daytime working hours (typically 8-5); (4) AV Vendor Parking, building, elevator, stairwell and room access will be for the full duration of the installation; (5) building will be in a ‘secure and dust free' condition prior to the beginning of the installation; (6) if required, wall backing for displays will be standard ¾ sheet plywood and does not include painting to match any room décor or color; (7) Any software installation or network configuration required on Government PC's or Government LAN will require Government IT support personnel onsite at the start of the scheduled AV installation; and (8) Government is responsible for approval of any security requirements regarding separation, routing and storage for the AV design prior to award of contract. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: FAR 52.203-19, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The applicable North American Industry Classification Standard (NAICS) code is 517911. The small business size standard is 1500. This requirement will be performed at Fort Eustis, VA 23604 and due to the work requirement all interested sources must be within 50 miles of this location. Delivery is 6 weeks after award. Inspection and acceptance is at Destination. Interested sources may identify interest and capability to respond to the requirement or submit request for quote. The Government will review and consider all quotes received within the closing date set in this notice. The Government retains the sole discretion on whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Sources shall reference W911W6-19-R-0024 in all correspondence with the Government. The successful offeror must submit their invoices through the Wide Area Work Flow website http://wawf.eb.mil. Contract Payment Instructions are based on the type of payment request submitted and the type of effort, the payment office shall allocate and record the amounts paid to the accounting classification citations in the contract using the table at https://www.acq.osd.mil/dpap/dars/pgi/pgi_htm/current/PGI204_71.htm#payment_instructios.
Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 14 August 2019, 12:00 pm. East Standard Time. Submit inquiries regarding this procurement to Dan Shipley by email at dan.m.shipley@mail.mil or at phone number 757-878-3766.

Opportunity closing date
14 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - RSA (W911W6) (AATD) (SPS) 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?