Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

58 -- Radio/911 System

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-F73CEF00000000
 
Response Due
9/23/2004
 
Archive Date
9/25/2004
 
Description
This is a combined synopsis/solicitation for commercial items/test program services prepared in accordance with the format in FAR Subpart 12.6, and FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitatation. Quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request for Quotations (RFQ), and the reference number is F73CES00000000. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-15. The NAICS code is 334290 and the size standard is 500 employees. Please see the below for a description of services: Dover Air Force Base Fire Department is looking for a consolidated multiple-position Enhanced 911 and conventional/trunked radio control solution like/similar to Positron Power Radio and 911 System for their new Emergency Operations Center. The solution should provide us with state of the art technology for emergency services dispatching. We would like the capability to control the radio and phone through a single headset. We want to operate the phone and radio system via touch screen while keeping a desktop phone fully functional as a backup. We should be able to talk on the radio and phone at the same time without mixing audio. The Enhanced 911 system should provide ANI/ALI immediately and automatically without pushing extra buttons. The 911 systems must provide a NENA format CAD spill to our Monaco D21 Fire Alarm System. The radio should at least provide control of multiple resources by different agencies, control stall doors, bunkroom lights and alarm screen. We would like phone and radio to be one system to eliminate possible incompatibility issues and to streamline maintenance needs. Solution must integrate seamlessly with existing equipment used by the base. The radio system is a Motorola smart zone trunked repeating radio system. The Base currently uses a Nortel Meridian 1 PBX. All voice communication is to be recorded by a Mercom Max-pro voice recorder. The required quantities are 5 positions with 3 primaries in one building and the other 2 as alternates in another building located on Dover AFB, DE. We currently do not have funding for this project, but if funding becomes available, it will be awarded by 1 Oct 04. Please provide installation, warranty and any maintenance offered with your bid. CLIN 0001 Qty (3) Primary fire crash centers CLIN 0002 Qty (2) Alternate fire crash centers CLIN 0003 Qty (1) Installation (& Maintenance if applicable) (The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications?Commercial Items. FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (FAR 52.222-19, Child Labor; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (CCR)); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-14, Disputes Concerning Labor Standards; FAR 52.247-34, FOB Destination; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FAR 52.203-3, Gratuities, DFARS 252.225-7001. Buy American Act and Balance of Payments Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities), DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate and DFARS 252.225-7002, Qualifying Country Sources as Subcontractors are applicable to this acquisition. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class and Monetary Wage-Fringe Benefits EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS 23181 Electronics Technician $17.89 32.85% IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Pay Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.waftraining.com. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. The POC for this acquisition is Cassandra Proctor (302) 677-5028, Fax (302) 677-2309, Email: cassandra.proctor@dover.af.mil Quotes should be postmarked with the reference number F73CEF00000000. Oral quotes will not be accepted. Responses to this RFQ must be received via fax, email, or mail by 23 September 2004, 8:00 a.m. All vendors must be registered in the Wide Area Work Flow (WAWF) https://wawf.eb.mil. Vendors not registered in the CCR database prior to award will be ineligible for award (https://www.ccr.dlis.dla.mil/ccr/scripts/index.htm). No written requests for quote is available. Award will be made on best value.
 
Place of Performance
Address: Dover AFB, DE
Zip Code: 19902-5639
Country: USA
 
Record
SN00675025-W 20040918/040917084239 (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.