Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

70 -- Digital Computer Voice Recorder System

Notice Date
9/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
180 FW/LGC, Base Contracting Office, 2660 South Eber Road, Swanton, OH 43558-9645
 
ZIP Code
43558-9645
 
Solicitation Number
DAHA33-02-Q-0024
 
Point of Contact
Cynthia Martin, 419-868-4142
 
E-Mail Address
Email your questions to 180 FW/LGC
(cindy.martin@ohtole.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT DESCRIBED IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THE ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PRO POSALS ARE BEING REQUESTED AND WRITTEN A SOLICITATION WILL NOT BE ISSUED. This solicitation, DAHA33-02-Q-0024 is a Request for Quotation (RFQ), and set-aside 100% for Small Business. The quotation document and incorporated provisions and clauses are those in effect through FAC 97-27 AND DCN 20020730. The associated North American Industry Classification System (NAICS) Code is 33422 and the small business size standard is 750. The 180th FW, 2660 S. Eber Road Swanton, Ohio has a requirement consisting of the following: CLIN 0001: Digital Computer Voice Recorder System, with a quantity of one. The recording system shall have a minimum of 8 channels, expandable to at least 16 additional channels, and 500 channel hours of online storage. The system will be new a nd include current technology, supportable for 5 years, and furnished with a 17-inch monitor, keyboard, speakers, and mouse. The system must be capable of recording various analog and digital voice information, capable of date/time stamp, uninterrupted pl ayback, search capability, and several recording triggers to include voltage sensing, external closer, VOX or continuous mode set by individual channel. The system shall have built in security access by user or function and channel. It will also need to be capable of connecting to a network with standard Ethernet TCP/IP protocol with auto selectable 10/100 Mb sec. CLIN 0002: Site installation and Technical Training for the system. The government will provide in the near vicinity of the room terminated on a 66 type block with the following circuits; 1) a two wire NORTEL PBX digital line tied to a Meridian M2616 with display telephone line 2) a ringing analog 600 ohm line with pick up to answer operation. 3) Two analog radio 8 ohm speaker output lines. The government will provide a 450 Watt UPS for power backup. Installation will require the vendor to install the system, provide all digital to analog/ analog to digital conversions for recording, required line equalization, and final terminations. Vendor is to provide initial software setup to record/playback 4 channels of data, security and search parameters, and other configurations to provide a fully working system. Vendor will provide an on site 1 year warranty to include all parts, labor, software updat es, and service. Vendor/manufacturer will provide a help desk service during normal business hours to answer operational, configuration, and trouble calls at no additional cost. CLIN 0003: Additional one year of preventative maintenance after the on site 1 year warranty expires that will continue to cover replacement parts, labor and software updates. Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2 evaluation of quotation of offers. The Government antici pates awarding one purchase order resulting from this combined Synopsis/Solicitation to the responsible contractor whose quotation, conforming to this Synopsis/Solicitation, will offer the best value to the Government, price and other factors considered. T he 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, when price and other factors are 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 (iv) small business participation. Technical and past performances, when combined, are equal, when combined, whe n compared to price. Contractors shall address all requirements in this combined Synopsis/Solicitation, and shall provide clear evidence of understanding and th e ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need or the contractor taking exception to it. The following provi sions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors Commercial; 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and Certifications Commercial Items (ALL OFFERORS SHALL INCLUDE A COMPLETED COPY OF T HIS PROVISION WITH THEIR PROPOSAL); FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes of Executive Orders Commercial Items (in paragraph (b) the following clauses apply: FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52 .225-3), FAR 52.204-6, Contractor Identification Number Data Universal Numbering Systems (DUNS) Number, FAR 52.214-21, Descriptive Literature; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000, Offeror Representations and Cer tifications Commercial Items; and DFARS 252.212-7001, Buy American Act and Balance of Payment Program). Clauses and Provisions may be accessed in full text at http:/ /farsite.hill.af.mil. All interested responsible firms should submit quotes (Original plus One Copy of Quote and Enclosures), no later than 4:00 PM (EST), 20 September 2002, to ATTN: Cindy Martin, Base Contracting Officer, 180th Fighter Wing, 2660 S. Eber Road, Swanton, OH 43558-9645. If you have any questions please contact this office at 419- 868-4142 or 419-868-4237. Faxed quotes will NOT be accepted. Please note that any amendments to this solicitation shall be processed in the same manner as this Synopsis/Solicitation. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application via 888-227-2423 or visit www.ccr2000.com. This announcement serves as the Request for Quotation and all responses must be sent i n hardcopy with the Quotation number visible on the outside of the package.
 
Place of Performance
Address: 180 FW/LGC Base Contracting Office, 2660 South Eber Road Swanton OH
Zip Code: 43558-9645
Country: US
 
Record
SN00158671-W 20020907/020905213711 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.