Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

58 -- Digital Recording Systems

Notice Date
3/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS030017
 
Archive Date
4/25/2003
 
Point of Contact
Herbert Hoop, Contract+Specialist, Phone 202-406-6940, Fax 202-406-6801, - Penelope Langlois, Contracting Officer - PRB Branch Chief, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
hhoop@associates.usss.treas.gov, planglois@usss.treas.gov
 
Description
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; quotations are being requested and a written solicitation will not be issued. Solicitation number USSS030017 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 97-27. This action is a 100% small business set-aside. The NAICS code is 421690 and the small business size standard is 100 employees. The U.S. Secret Service (USSS) has a requirement for a 16 Channel Digital Recording System and an 8 Channel Digital Recording System and related items and service with specifications identified herein. These systems are 16 channel and 8 channel (analog input) digital recording systems in one unit with a minimum of 18,000 and 10,500 traffic hour hard drive requirements respectively which also can be used for instant recall. These systems must utilize the USSS Microsoft Windows 2000 LAN system and must capture and provide the USSS Motorola Radio ID as part of the audio playback. These systems must also be provided with an adjustable (0-3000 ms minimum) pre-trigger parameter function that allows each recorded sample to start by that length of time prior to transmission to eliminate loss of the beginning of valid radio transmissions. These systems must also be provided with audio input sensitivity adjustments that are critical to the recording of radio systems as opposed to telephone systems. The Contractor must be within a four hour response time to the installation locations in Brooklyn, NY and Morristown, NJ to provide timely and proven technician support. All technical support shall be provided by U.S. Citizens with a minimum of a Secret Clearance. The contractor shall deliver and install the supply items identified herein FOB Destination with all freight included in the delivered price. Scope of Work: Location ? Installation and Training for a quantity of one (1) each site will be accomplished at the following addresses: 16-Channel Unit: U.S. Secret Service, 335 Adams Street 32nd Floor, Brooklyn, NY 11201; 8-Channel Unit: U.S. Secret Service, 34 Headquarters Plaza, Morristown, NJ 07960. Time Frame: Due to various facility renovations, the time frame for delivery and installation must be coordinated with the USSS Technical Representative. Delivery may be scheduled as early as 3 weeks ARO. Duties and Responsibilities: The supplier shall provide the following minimum equipment requirements and assist in the installation and training thereof as specified below: 16-Channel Digital Voice Recorder - Quantity one (1) - shall adhere to the specifications of and consist of the following: Digital Recording System. 16 Channel (analog input) digital recording system in one unit with a 18,000 minimum traffic hour hard drive which can also be used for instant recall with a RAID hard drive that allows simultaneous backup of audio on mirrored hard drive. As a minimum, the Operating System must be compatible and integratible with the USSS Microsoft Windows 2000 LAN system. This system must also be provided with an adjustable (0-3000 ms minimum) pre-trigger parameter function that allows each recorded sample to start by that length of time prior to transmission to eliminate loss of the beginning of valid radio transmissions. This system must also be provided with audio input sensitivity adjustments that are critical to the recording of radio systems as opposed to telephone systems. This unit also includes as a minimum a single DVD-recordable drive that will allow simultaneous recording to a DVD-R disk for storage of special event audio and have dual hot swappable power supplies. As a minimum, this system must be capable of monitoring all channels (simultaneously) and thus must allow mixing during playback if desired. As a minimum, the system features must include built-in user controls, display, speaker, and output jacks, LAN connectivity, and be supplied in a rack mountable case. System must be able to capture USSS Motorola Radio ID. The Contractor shall supply a minimum of five (5) PC Remote LAN Client software packages. Each package allows an existing network client PC to access the digital recording system via the USSS Microsoft 2000 LAN system for the purposes of monitoring audio status and instant-recall. Audio is delivered to the client in standard "wave" file format. The Contractor shall provide a minimum of ten (10) reusable archive media disks. Each disk shall have a minimum of 9.4 GB and hold a minimum 1,300 channel-hours of audio. The Contractor shall provide maintenance based on an initial period of performance from date of system installation and acceptance through 09/30/03 to cover all parts and software upgrades. Also, the Contractor shall provide as a minimum a toll-free "800" support and 24/7 phone support for user questions. In addition, each proposal shall include three (3) years of optional maintenance for the periods of performance of 10/01/03 - 09/30/04, 10/01/04 - 09/30/05, and 10/01/05 - 09/30/06 to include all parts and software upgrades. These options must be proposed for evaluation purposes and potential inclusion as optional requirements in the resultant award. Also, the Contractor shall provide as a minimum a toll-free "800" support and 24/7 phone support for user questions in the above identified optional maintenance requirements. The Contractor shall provide a minimum of two (2) each User and Operator Manuals. The Contractor shall provide installation and user training at the New York Field Office, 335 Adams St 32nd Floor, Brooklyn NY 11201, to include standard installation service during normal working hours plus installation and operational training sessions at the USSS installation site to ensure USSS personnel are fully trained before they assume operational duties. 8 ? Channel Digital Voice Recorder, Quantity one (1), shall adhere to the specifications of and consist of the following: Digital Recording System; 8 Channel (analog input) digital recording system in one unit with a 10,500 minimum traffic hour; hard drive which can also be used for instant recall with a RAID hard drive that allows simultaneous backup of audio on mirrored hard drive. As a minimum, the Operating System must be compatible and integratible with the USSS Microsoft Windows 2000 LAN system. This system must also be provided with an adjustable (0-3000 ms minimum) pre-trigger parameter function that allows each recorded sample to start by that length of time prior to transmission to eliminate loss of the beginning of valid radio transmissions. This system must also be provided with audio input sensitivity adjustments that are critical to the recording of radio systems as opposed to telephone systems. This unit also includes as a minimum a single DVD-recordable drive that will allow simultaneous recording to a DVD-R disk for storage of special event audio. As a minimum, this system must be capable of monitoring all channels (simultaneously) and thus must allow mixing during playback if desired. As a minimum, the system features must include built-in user controls, display, speaker, and output jacks, LAN connectivity, and be supplied in a shelf mountable case. System must be able to capture USSS Motorola Radio ID. The Contractor shall supply a minimum of two (2) PC Remote LAN Client software packages. Allows an existing network client PC to access the recorder via the USSS Microsoft 2000 LAN system for the purpose of monitoring audio status and instant-recall. Audio is delivered to the client in standard "wave" file format. The Contractor shall provide a minimum of 10 reusable Archive Media Disks. Each disk shall have a minimum of 9.4 GB and hold up to 1,300 channel-hours of audio. The Contractor shall provide maintenance based on an initial period of performance from date of system installation and acceptance through 09/30/03 to cover all parts and software upgrades. Also, the Contractor shall provide as a minimum a toll-free "800" support and 24/7 phone support for user questions. In addition, each proposal shall include three (3) years of optional maintenance for the periods of performance of 10/01/03 - 09/30/04, 10/01/04 - 09/30/05, and 10/01/05 - 09/30/06 to include all parts and software upgrades. These options must be proposed for evaluation purposes and potential inclusion as optional requirements in the resultant award. Also, the Contractor shall provide as a minimum a toll-free "800" support and 24/7 phone support for user questions in the above identified optional maintenance requirements. The Contractor shall provide a minimum of two (2) each User and Operator Manuals. The Contractor shall provide installation and user training, at Newark Field Office, 34 Headquarters Plaza, Morristown, NJ 07960-3990, to include standard installation service during normal working hours plus installation and operational training sessions at the USSS installation site to ensure USSS personnel are fully trained before they assume operational duties. The Contractor shall provide a single 9.4 GB DVD-Recordable Drive. The standard single DVD-Recordable drive will allow simultaneous recording of audio to a DVD disk for storage of special event audio. Deliverables: Digital Voice Recorders ? The supplier shall furnish the equipment as specified in the Scope of Work and assist in the installation of equipment supplied. Installation includes connection of recorder to customer-supplied punchblock located within 10 ft of recorder. Expertise: The contractor must be able to communicate both in writing and orally and work with other members of the USSS and the Radio Communications Branch. The contractor shall hold comprehensive knowledge of telecommunications, have a background in voice communications and be familiar with standard industry terminology (see Key Personnel herein). The contractor shall have to provide resume information on key personnel (personnel performing installation, training, maintenance to ensure personnel shall meet mission requirements). All installation, training, and maintenance work shall be performed during normal business hours Monday through Friday based on approval of schedule by USSS personnel. The Contractor may invoice for equipment delivery after installation and Government approval of the equipment and installation and after services are performed (when applicable). Travel to and from the Government facilities is the responsibility of the Contractor. Security: The USSS will provide facility access and required systems access in order to perform duties. All Contractor personnel working on USSS facilities must be U.S. citizens. All Contractor personnel working on USSS facilities must have a minimum of a Secret clearance and must be cleared with the USSS prior to working on this project. The Contractor will be required to submit information on U.S. Government Form 1888 for background investigation to obtain security clearances for Contractor?s personnel at least two weeks prior to each service requirement or as directed by the USSS. For personnel turnovers, the Contractor shall coordinate with the USSS at the earliest possible for timely USSS review of resumes and clearance of paperwork prior to the scheduling of such personnel for specific work efforts. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-3, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-8, Option to Extend Services, insert ?30 days?; 52.217-9, Option to Extend the Term of the Contract, insert ?30 days? and ?60 days?; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.222-41, 52.222-41 Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act- Price Adjustment (Multiple Year and Option Contracts); 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA). These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. The Government intends to award a firm, fixed price contract to the responsible offeror providing the technically compliant low offer with all factors considered. The following factors shall be used to evaluate offers and are of equal importance: technical capability, price, and past performance. Factor 1 identified above shall be evaluated using the Relative Merit method, and shall be given an adjectival rating (Excellent, Very Good, Satisfactory, Poor, Unsatisfactory). The Government shall include the total pricing for all optional maintenance requirements (three (3) additional optional years of maintenance) in the total price evaluation of each proposal. The Government reserves the right to award to other than the low offeror. Offerors are reminded that unsupported promises to comply with the contractual requirements will not be sufficient. Proposals must not merely parrot back the contractual requirements, but rather must provide convincing evidence in support of any statements of conclusion relating to promised performance. However, unnecessary lengthy proposals are not desired. Failure to provide all information requested in this RFP shall render the offeror non-responsive. Offerors are advised to submit their most favorable proposal initially since award may be made without discussions. The proposal shall focus on the offeror?s specific system performance specifications and capabilities in compliance with or exceeding the minimum system specifications identified and experience to perform the services identified in the Statement of Work. Resumes of the key personnel to be involved in the project shall be submitted by the offeror to identify key points of interest such as: a) Expertise in the field (radio communications, installation, training, maintenance expertise); b) Work experience for the past five (5) years, with the name and telephone number of each supervisor during the five year period; c) Qualifications and/or education background (related to radio communications installation and training capabilities to be evaluated based on technician background data and past performance data provided in response to this solicitation). The proposal shall identify the vendor?s training plan in sufficient detail to allow evaluation without the USSS needing to request additional information. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral. Proposals must contain the following information: 1) Technical, Pricing and Past Performance and 2) Completed and signed copy of the FAR 52.212-3, Offerors Representations and Certifications. All responsible offerors shall forward quotations to U.S. Secret Service via facsimile at (202) 406-6801, Attn: Mike Hoop. All quotes must be received no later than 12:00 P.M. (EST), April 10, 2003. Any response later than this date and time will not be considered. The Government will not be responsible for any cost incurred in responding to this notice. Award is anticipated within ten (10) days of receipt of quotations.
 
Place of Performance
Address: See Description above.
 
Record
SN00281685-W 20030320/030319061436 (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.