Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
MODIFICATION

74 -- Courtroom Digital Audio Recording System

Notice Date
2/16/2006
 
Notice Type
Modification
 
NAICS
333313 — Office Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-T-0014
 
Response Due
2/28/2006
 
Archive Date
6/30/2006
 
Point of Contact
Joanne Reinert, Contract Negotiator, Phone 215-697-9678, Fax 215-697-9742,
 
E-Mail Address
joanne.reinert@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation will be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00140-06-T-0014. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-08 and DFARS Change Notice 20060123. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 333313 and the Small Business Standard is 1,000 employees. This is a 100% Small Business Set-Aside. The Philadelphia Division, contracting Department, FISC Norfolk requests responses from qualified sources capable of providing the following: Digital Audio Recording System. Statement of General Requirements for Digital Audio Recording System for the COMMANDER, NAVAL LEGAL SERVICE COMMAND Digital Audio Recording System 1. INTRODUCTION AND SCOPE OF WORK: 1.1 The Commander, Naval Legal Service Command conducted an assessment of Court Reporting System requirements. The assessment determined that the current court-reporting systems are out-dated and not cost-effective to operate. 1.2 OJAG’s goal is to procure a Digital Audio Recording System to include hardware, software, and training that will be used throughout the Naval Legal Service community.1.2. REQUIREMENTS: 2.1. Minimum Capabilities. 2.1.1. Prepare multi-track (at least 4 channels) digital audio record of courts-martial and other proceedings. 2.1.2. Use compression technology to reduce size of digital files. 2.1.3. Provide software tools for active feedback, monitoring, and testing to ensure integrity of recording. 2.1.4. Provide indicator of channel status. 2.1.5. Archive proceedings to Compact Disk (CD). 2.1.6. Annotate (e.g., type notes, identify speakers) audio recording before, during, and after the recording session. Link/index annotations to the audio recording for ease of use by playback users. 2.1.7. Playback recorded material while in session. 2.1.8. Use digital audio file at a desktop computer for playback and transcription purposes. Software permits use of mouse or foot pedal to control playback. 2.1.9. Playback controls include play, pause, and stop. Playbacks recorded material in any combination or all the channels recorded. Volume control is provided for each channel. 2.1.10. Convert digital audio file to industry standard formats (e.g., .wav file). 2.1.11. Isolate individual microphones for playback purposes. 2.1.12. Save each court session saved as separate files. 2.1.13. Save session while recording in case of power or equipment failure. 3. SHIPPING 3.1. Systems shall be shipped FOB destination to each of the locations listed on the attachment. 4. INSTALLATION 4.1. Provide sufficient documentation for systems to be installed, configured, and tested by in-house personnel. 4.2. Provide installation support telephonically. 4.3. Initial configuration and testing to be performed at the Trial Service Office (TSO) East, Norfolk, VA. 5. SUPPORT 5.1. At a minimum, provide 9-to-5 telephone support (i.e., either 0800 to 1700 or 0900 to 1800 for the Eastern Time Zone) MONDAY THROUGH FRIDAY for one year after delivery. 5.2. Provide reference documentation for system operation. 6. MINIMUM TRAINING REQUIREMENTS 6.1 Provide system training on DVD or CD media for all sites. 7. WARRANTY 7.1. Provide three years full warranty on hardware. 7.2. Provide one year of software upgrades and patches. 8. GENERAL REQUIREMENTS: 8.1 The Contractor shall be responsible for the initial configuration and testing of the Digital Audio Recording Systems, and shall ensure a seamless transition from existing Court Reporting Systems to Digital Audio Recording Systems. 8.2 The quality of the configuration of each Digital Audio Recording System shall be such that no site shall experience longer than 1 day of downtime. In the event where the Digital Audio Recording System(s) provided are not able to be effectively installed or be otherwise operational within a day’s time, the Government reserves the right to decrement the contract price up to a rate of ½ %, per occurrence, per day, in instances where the problem is due to the configuration or design of the Digital Audio Recording System. Such an instance will be at the discretion of the technical point of contact (to be named at award). 8.3 Delivery of all Digital Audio Recording Systems (to include all hardware, software and accoutrements) is required within three months after the date of contract award. 8.4 The Contractor at completion of the project will provide configuration documentation to include equipment installation diagram to the designated Technical Point of Contact or Alternate Technical Point of Contact (to be named at award). 9. CONTRACTOR FURNISHED EQUIPMENT (CFE): 9.1 Each Digital Audio Recording System will include the following. 9.1.1. Laptop computer with digital audio recording software capable of recording four channels simultaneously and hardware (i.e., sound card, mixer, or other audio interface) necessary to make a digital audio recording 9.1.2. Microsoft Word software 9.1.3. 2 foot pedals 9.1.4. 2 transcription headsets The schedule is as follows: CLIN Description of Supplies Qty Unit Unit Price Amount 0001 Digital Audio Recording System, 27 ea $ $ in accordance with the Statement of Work, to include any applicable discounts and shipping. 0002 Installation Package, to include 1 lot N.S.P. N.S.P. telephonic installation support and all associated installation media, in accordance with the Statement of Work. 0003 Training Package, to include 1 lot N.S.P. N.S.P. all training media associated with units. 0004 Telephone support for CLINs 0001, 1 lot N.S.P. N.S.P. 0002, and 0003 above, for a period of one year after delivery of the last unit, in accordance with the Statement of Work. 0005 Reference documentation, including 1 lot N.S.P. N.S.P. configuration documentation and diagrams for CLINs 0001, 0002 and 0003 above, in accordance with the Statement of Work. 0006 Warranty and/or Extended Service 1 lot N.S.P. N.S.P. Warranty, for a period not less than three years, on all Digital Audio Re- cording System hardware, in accord- ance with the Statement of Work. N.S.P. = Not Separately Priced. All pricing shall be included in CLIN 0001 pricing GRAND TOTAL $ The Government intends to award a firm fixed price contract as a result of this RFQ. The above supplies are to be delivered FOB Destination and supplies will be inspected and accepted by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.247-34, F.O.B. Destination; 52.212-1, Instructions to Offerors - Commercial Items (Jan 2006); 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (Mar 2005); 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2006) [applicable are the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)); (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and, (30) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332)]. Quoters shall include are reminded to include a completed copy of 52.212-3 ALT I with quotes. Note that 52.213-3 Alt I, Offeror Representations and Certifications – Commercial Items (Mar 2005) permits an quoter to complete its representations and certifications electronically at http://orca.bpn.gov. Quoters should note that if this method is chosen for submission of certifications and representations, by its submission of a quote, the quoter is certifying that the certifications and representations at the above ORCA website are current, accurate and complete as of the date of its quote. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [applicable are the following clauses: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.232-7003, Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227); 252.243-7002, Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410); and, 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631)]. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 3:00 p.m. on Tuesday, February 28, 2006. Contact. J. Reinert who can be reached at 215/697-9678 or email joanne.reinert@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a written quote which shall be considered by the agency. Quotes can be submitted to the following: Attention: J. Reinert, FISC Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083. USPS Express Mail is recommended for delivery due to stringent security in gaining entry to the base. Please note the closing date and time and ensure that delivery is made by that deadline. See Numbered Note 1. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: PAST PERFORMANCE PRICE Past performance is more important than price. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the proposal of an quoter with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. If an quoter fails to provide any past performance information which is similar in scope, magnitude and complexity to that which is detailed in the RFQ or fails to affirmatively state that it possesses no relevant directly related or similar past performance, the quote may not be awardable. The Government will consider the quality of quoter’s past performance. This consideration is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the quoter’s past performance will be used as a means of evaluating the relative capability of the quoter and other competitors to successfully meet the requirements of the RFQ. In determining the rating for the past performance evaluation factor, the Government will give greater consideration to the contracts which the Government feels are most relevant to the RFQ. Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation (system features and accessories, total system offered). Each offer submitted will be evaluated separately. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N00140-06-T-0014/listing.html)
 
Place of Performance
Address: Manufacturer's facility
 
Record
SN00990273-F 20060218/060216215456 (fbodaily.com)
 
Source
FedBizOpps 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.