CELLULAR BOUNDING UNIT
COMBINED SYNOPSIS/SOLICITATION HQ002891062118 Title: CELLULAR BOUNDING UNIT Description(s): COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in acc... COMBINED SYNOPSIS/SOLICITATION HQ002891062118 Title: CELLULAR BOUNDING UNIT Description(s): COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal Procurement. a. Solicitation Number HQ002891062118 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 22 January 2019 and DFARS Change Notice 20181221. c. This procurement is brand name associated with NAICS Code 334310 with a size standard of 750 employees. This procurement is 100% set aside for Small Business. d. Description: THESE ITEMS ARE BRAND NAME FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY. NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. CLIN 0001: CELLULAR BONDING UNIT DESCRIPTION: LIVEU, LU600, CELLULAR BONDING UNIT, HEVC-4K-HDMI; PORTABLE; INCLUDES: LIVEU, LU-SERVICE-GOLD, GOLD LEVEL SUPPORT FOR LU600; INTEGRATED UNIT; VIDEO/AUDIO INTEGRATED ENCODER, SIMULTANEOUS BONDING; UP TO 12 NETWORK LINKS; 6-8 X INTEGRATED + 1 EXTERNAL 3G/LTE/LTE-ADVANCED CELLULAR MODEMS + INTERNAL WI-FI AND 2 ETHERNET PORTS; SUPPORTED TECHNOLOGIES; 4G LTE/LTE-ADVANCED, HSPA+, UMTS, CDMA EVDO REV 0/A/B, AND INTERNAL WI-FI 802.11 A,B,G & N SUPPORT, IP SATELLITE (KA/BGAN); ANTENNA ARRAYS; INCREASE VIDEO QUALITY, RESILIENCY, COVERAGE, OPERATION IN AREAS OF POOR COVERAGE, MOBILE; ENHANCED SUPPORT FOR ALL COMMON WIRELESS FREQUENCIES INCLUDING LTE; MULTI-PROFILE SELECTION; LIVE: LOW LATENCY OR MAXIMUM QUALITY MODES, STORE AND FORWARD: THREE QUALITY-LEVELS (FOR OPTIMAL QUALITY VS SPEED) FTP: BONDED FILE TRANSFER; VIDEO RETURN; SUB-SECOND VIDEO RETURN ON THE LU600 SCREEN OR OVER AN EXTERNAL HDMI; MULTI-TARGET OUTPUT; DIVERSE A/V OUTPUT THROUGH SDI AND H.264 RTMP/MPEG-TS STREAMS INCLUDING INTEGRATED CONNECTIVITY TO SOCIAL MEDIA AND CDNS; POWER SOURCES; INTEGRAL BATTERY: 4 HOURS, AC: 100V TO 240V, VEHICLE LIGHTER INPUT: 12VDC (OPTIONAL ADAPTER); LOCAL CONTROL; FULL MONITORING AND CONTROL USING 5-IN SENSITIVE CAPACITIVE TOUCH-SCREEN; REMOTE CONTROL; FULL WEB-BASED REMOTE CONTROL USING LIVEU CENTRAL MANAGEMENT SYSTEM; RESILIENCY AND QUALITY INCLUDES LIVEU RELIABLE TRANSPORT (LRTTM), FEATURING PROPRIETARY ALGORITHMS SUCH AS AUTOMATIC ADAPTIVE BIT RATE (ABR), AUTOMATIC FORWARD ERROR CORRECTION (FEC) AND OTHER, AND LOST PACKET RECOVERY ALGORITHMS. INTERFACES; MICRO SD CARD SLOT, MICRO HDMI OUT, TYPE-A USB, MINI USB, 2 RJ-45 ETHERNET, AUDIO JACK (IN + OUT); APPROX DIMENSIONS: W/4HR BATTERY: 6 X 9 X 3-IN (W X H X D), APPROX WEIGHT 38OZ WITHOUT BATTERY, 60OZ WITH BATTERY; APPROX OPERATING TEMPERATURE RANGE: 23F TO 113F; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 4 EA = $__________________ CLIN 0002: VIRTUAL SERVER SUBSCRIPTION DESCRIPTION: LIVEU, LU10-SV-VRLOD, DEDICATED VIRTUAL SERVER FOR USE WITH CELLULAR BONDING UNIT, MONTHLY FEE; INCLUDES 2 DEDICATED VIRTUAL SERVERS FOR PORTABLE CELLULAR BONDING INTERFACE; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 4 EA = $__________________ CLIN 0003: XTENDER TRIPOD DESCRIPTION: LIVEU, LU10-AN-AB002, XTENDER, TRIPOD FOR LU600 HEVC 4K HDMI; INCLUDES: LIVEU, LU-SERVICE-GOLD, GOLD LEVEL SUPPORT FOR LU10-AN-AB002, XTENDER TRIPOD; NETWORK CONNECTIONS; UP TO 6 4G LTE/3G CELLULAR, ETHERNET, WI-FI MIMO 2.4/5.8G (WITH OPTIONAL WIRELESS KIT); APPROXIMATE DIMENSIONS 10.5 X 14 X 10 INCHES; APPROXIMATE WEIGHT (WITHOUT BATTERY); 9 LBS; TRIPOD CONFIGURATION 17.6 LBS; VEHICLE CONNECTORS; DC-IN/OUT/ETHERNET; POWER: AC 100-240V/DC 12-19V, BATTERY SUPPORT AB/V-MOUNT F/U/W TRIPOD; APPROXIMATELY 5 HRS OPERATIONAL TIME WITH STANDARD 90WH BATTERY; FREQUENCIES; 700MHZ, 900MHZ, 1.7GHZ - 2.6GHZ; OPERATING TEMPERATURE RANGE: -40F TO 140F; WIRELESS REMOTE KIT; EFFECTIVE OPERATING RANGE 800 M (875 YD) WITH LINE OF SIGHT; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 4 EA = $__________________ CLIN 0004: DATA PLAN, MONTHLY DESCRIPTION: LIVEU, LU-DATA-50, DATA PLAN, 50GB MONTHLY, INCLUDED TRANSMIT/RECEIVE DATA; MONTHLY DATA PLAN COVERS 4 EACH LU600 CELLULAR BONDING UNITS. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY UNIT PRICE @ _____________ x 12 months = $__________________ TOTAL PRICE FOR THIS QUOTE $_______________________ FOR CONSIDERATION, ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. e. Delivery and acceptance will be made at location: FOB DESTINATION SEE ATTACHED FOR A FULL DESCRIPTION OF THE LOCATIONS AND QUANTITIES TO BE DELIVERED. FB3047 802 LRS LGRDDC ATTN: CHADWICK EIRING BLDG 5160 CP 210 671 3727 1865 SELFRIDGE AVE STE 4 JBSA LACKLAND TX 78236-5214 DODAAC: FB3047 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are less than when compared to price. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.202-1 Definitions (NOV 2013) FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (April 2014) FAR 52.211-5 Material Requirements (August 2000) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2014) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) FAR 52.223-4 Recovered Material Certification (MAY 2008) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) FAR 52.223-16 Alt I Acquisition of EPEAT - Registered Personal Computer Products - Alternate I (JUN 2014) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012) FAR 52.232-1 Payments (April 1984) FAR 52.232-23 Alt I Assignment of Claims (May 2014) - Alternate I (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Disputes (MAY 2014) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.243-1 Changes - Fixed Price (August 1987) FAR 52.247-34 F.O.B. Destination (NOV 1991) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFAR 252.233-7001 Choice of Law (Overseas) (JUN 1997) DFAR 252.243-7001 Pricing Of Contract Modifications (DEC 1991) DFAR 252.247-7023 Transportation of Supplies by Sea (APR 2014) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008) DFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors DFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010) (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA) (FEB 2017) The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown. Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document. The packing list shall contain the following information: (a) Contract number/Purchase Order number or Delivery Order number (b) Package number and set number (if any) of the container. (c) A list of the contents which shows the quantity by item, item description, part number, type and size, unit of issue if other than each. NOTE* The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense. INCOMPLETE DELIVERIES Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such Incomplete, or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and subitems, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item. j. QUOTATIONS ARE DUE BY 3:00PM PACIFIC STANDARD TIME ON JUNE 1, 2019 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002891062118" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: 951.413.2381 Contracting Officer Point of Contact: Shanah L. Pendleton Contracting Officer Raushanah.l.pendleton.civ@mail.mil Phone: 951.413.2371 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ E-mail address: _____________________________________________
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »