Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

58 -- DIGITAL VOICE RECORDER SYSTEM AND INSTALLATION

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-05-T-0086
 
Response Due
3/31/2005
 
Archive Date
4/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
DIGITAL VOICE RECORDER SYSTEM, INCLUDING INSTALLATION, CONFIGURATION, TRAINING, AND SERVICE SUPPORT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation #FA8601-05-T-0068 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. This acquisition is 100% set aside for small business. The associated NAICS 334290. The size standard is 750 employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. This RFQ has one line item. Quotes are being solicited on a brand name or equal basis. The item being procured is one each Mercom MAX-PRO-Analog-048 Mercom Digital Voice Recorder System or equal. To include MAX-PRO System Platform, Hot-Swap Mirrored 80 GB hard drives, 48 Analog Channels with Dual 9.4 GB DVD drives for archiving, Microsoft Windows 2000 Professional Operating System, Microsoft SQL Database MSDE, Pentium IV 1.6GHz or better CPU, latest release of Mercom Audiolog Software, Pro 100 PCI Dual Ethernet, remote modem for remote diagnostics, 4U rack mount chassis with dual hot awap 400 watt power supplies, keyboard, mouse, 10 concurrent seat licenses for client workstation playback modules, 10 concurrent seat licenses for instant recall of last dispatch, live monitor license, remote admin license, reporting package license, installation and configuration, end-user onsite training and documentation, installation kit, one year service support (including helpline, hardware replacement, and on-site service 24/7). Evaluation will be based on the overall best value for the government. Evaluation factors are price, technical, delivery, and past performance. Responding contractors shall include adequate descriptive literature with their quotations to enable the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. The Contracting Officer will evaluate quotations based of the evaluation factors listed in this solicitation and the information furnished by the quoter. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications-Commercial Items, must be completed and submitted with quotation. A copy is attached to this solicitation and is available at http://www.pixs.wpafb.af.mil/. Delivery and installation is required within 60 days of award. Installation location is Area C, Wright-Patterson Air Force Base, Ohio. The FOB point for this acquisition is Destination. Quoted prices must be delivered (F.O.B. Destination) prices. Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment 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. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. The following FAR Provisions and Clauses apply to this acquisition: 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors?Commercial 52.212-2, Evaluation Factors (The evaluation factors for the fill-in portion are price, technical, delivery, and past performance.) 52.212-3 with Alt I, Contractor Representations and Certifications The following FAR Clauses apply to this acquisition: 52.225-13, Restrictions on Certain Foreign Purchases 52.204-6, Data Universal Numbering System (DUNS) Number 52.212-4, Contract Terms and Conditions--Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, applies to this acquisition. For paragraph (b), the following clauses apply: 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 52.222-35, Equal Opportunity for Special Disabled Veterans 52.222-37, Employment Reports on Special Disabled Vets 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration) The following DFARS Clauses apply to this acquisition: 252.204-7003, Control of Government Work Product 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (for paragraph (b), the following applies: 252.204-7004, Required Central Contractor Registration 252.211-7003, Item Valuation and Identification 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Point of contact for this acquisition is Susie Slivinski, 937-257-6146 ext. 4216. Quotes can be e-mailed (preferred) to Susie.Slivinski@wpafb.af.mil; faxed to 937-656-1412, Attn: Susie Slivinski; or mailed to 88 CONS/PKBB, Attn: Susie Slivinski, 1940 Allbrook Dr., Ste 3, WPAFB OH 45433-5309. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. A copy can be found at http://www.pixs.wpafb.af.mil/. ALL QUOTES ARE DUE BY 3:00 PM ET ON 31 MARCH 2005. For more information on 05T0086--DIGITAL VOICE RECORDER SYSTEM AND INSTALLATION please refer to http://www.pixs.wpafb.af.mil/pixslibr/05T0086/05T0086.asp
 
Web Link
05T0086-DIGITAL VOICE RECORDER SYSTEM AND INSTALLATION
(http://www.pixs.wpafb.af.mil/pixslibr/05T0086/05T0086.asp)
 
Place of Performance
Address: Wright-Patterson AFB, OH
Zip Code: 45433
Country: United States
 
Record
SN00774024-W 20050325/050323211952 (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.