Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
MODIFICATION

R -- OPERATE THE EMERGENCY-911 (E-911) HELP DESK, PROVIDE ALARM MONITORING SERVICES AND TELEPHONE ANSWERING SERVICES

Notice Date
12/15/2006
 
Notice Type
Modification
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-07-R-0003
 
Response Due
12/29/2006
 
Archive Date
2/27/2007
 
Small Business Set-Aside
8a Competitive
 
Description
General Information Document Type: Modification to a Previous Synopsis/Solicitation Solicitation Number: W91248-07-R-0003 Posted Date: 6 December 2006 Original Response Date: 18 December 2006 Current Response Date: 29 December 2006 3:00 P.M. CT Classification Code: 541513 Set Aside: 8(a) Firms Contracting Office Address ACA, Fort Campbell, Directorate of Contracting, ATTN: SFCA-SR-CA, 2172 13 ? Street, Fort Campbell, KY 42223-5334 Description: 1. Additional/clarifying information is provided as follows in response to questions received: a. QUESTION: What is the required DoD security clearance for employees: RESPONSE: Employees are required to have and maintain a favorable NACI check. b. QUESTION: Is any classified material maintained in the facility? RESPONSE: No. c. QUESTION: What is the requirement for the facility security clearance and protection level? (Is the facility a Priority Level 1, 2 or 3?) RESPONSE: This is a Restricted Access Area only. Facility security clearance is not required. d. QUESTION: Is a government Facilty Security Officer furnished or is it the contractors responsibility? RESPONSE: N/A. e. QUESTION: Who is the responsible and has authority for Entry Control into the building? RESPONSE: DES (Directorate of Emergency Services) maintains a roster of personnel authorized access to the building. During normal duty hours, the Government personnel in ECC will control access; after normal duty hours, Contractor personnel will control access. f. QUESTION: In ref to (C.2.5), Are government vehicles required for the ECC? RESPONSE: Government vehicles are not required for the ECC operation. g. QUESTION: What is the current value of the contract? RESPONSE: $2,655,728.00 (Base and 4 12-Months Option Periods). h. QUESTION: The PWS does not identify any transition phase. In the event the contract is not awarded to the incumbent, will a transition period be granted? 30 days? RESPONSE: An approximate transition period of two (2) weeks will be included. i. QUESTION: If a companys representations and certifications are update to date in ORCA, does the CO still require a copy to be attached to the proposal? RESPONSE: Offerors who are registered in ORCA need to state that on their proposal and are not required to submit representations and certifications with there offers. j. QUESTION: What is the call precedence of the government supplied phone lines? i.e. (Immediate, Flash, Flash Override) RESPONSE: N/A. k. QUESTION: PWS Section C.1.3.2 - Must all contractor personnel employed in the performance of this contract, regardless of function being supported, complete the Basic Telecommunications/Dispatching Course? RESPONSE: All contractor employees must have either prior basic telecommunications/ dispatching experience or have completed the Basic Telecommunications/Dispatching Course. l. QUESTION: PWS Section C.1.3.7  Must all contractor personnel employed in the performance of this contract, regardless of function being supported, complete the NCIC/ LINK Class RESPONSE: Those contractor employees performing police dispatching and NCIC/LINK duties. m. QUESTION: PWS Section C.4  Which specific items on Attachment 2 must be maintained under this clause? Is it all items listed under E-911 & DICTAPHONE EQUIPMENT? RESPONSE: Only the E-911 Central Dispatch Center Equipment. Technical Exhibit 2 has been updated and is attached. n. QUESTION: Attachment 2  Is there any Dictaphone equipment provided? RESPONSE: No, Dictaphone equipment will be used by the Government. o. QUESTION: Please tell us who provided maintenance support for the E911 contract previously. RESPONSE: The incumbent contractor providing the E911 services  SIM&S. Offers may be faxed to June Fletcher-Schiewe, 270-798-7548, or e-mailed to Ms. Fletcher-Schiewe, june.schiewe @campbell.army.mil. Offers must be received NLT 29 December 2006, 3:00 P.M. Offers may also be mailed to the agency address shown above. Original Point of Contact June Fletcher-Schiewe, 270-798-3441, email june.schiewe@campbell.army.mil Current Point of Contact June Fletcher-Schiewe, 270-798-3441, email june.schewe@campbell.army.mil. TECHNICAL EXHIBIT 2 E-911 / CENTRAL DISPATCH CENTER EQUIPMENT AS OF 14 DECEMBER 2006 E-911 EQUIPMENT (2) EMERGENCY SYSTEM E-911 REMOTE TERMINALS (1) EMERGENCY SYSTEM E-911 DIGITAL ENHANCER W/COMPONENTS DIGITAL ENHANCE MDL: AM550 SN: K3118 (1) RADIO SET PTBL 48 CHANNEL 5 WATT FM W/RECHARGEABLE BATTERY GE MDL: 198B01500P4 SN: 9664993 (3) MONITOR MAGNAVOX 14 COLOR SVGA MDL: CM2089-J801, SN: 44297153 (2) MODEM BOCA MODEM 2400 BPS MDL: M0024E, SN: 105487 (ER), 95988 (PMO) (2) TELEPHONE MERIDAN BLACK MDL: NT8B40AE-03, SN: NNTM04000CH97, NNTM04000CH6M (4) PRINTERS EPSON LX-300, SN: 1W7X053516 (ER), 1W7X081169, 1W7X053512 (PMO), 1W7X063430 (1) ALARM MONITOR & TRANSFER C/CARD (2) CIRCUIT CARD (3) CIRCUIT CARD TRK (1) MISC CABLES (4) JDR MICRODEVICES CORD 45 (1) SOFTWARE, MICROSOFT MS-DOS 6.22 (1) SOFTWARE, LANTASTIC ARTISOFT (2) SOFTWARE, NORSTAR PC INTERFACE CARD MERIDIAN (2) MODEM 56 KBS W/CABLING & HARDWARE (1) TC-3931-8 LAN HUB 8 POSITION, SN:43125139 (1) TC-3995-SPM-4U ROSE KVM SHARING DEVICE, SN: 429389 (1) TC-1200-001PDT2 CMI HOST SERVER FOR AACS, SN: 1368 (1) TC-1200-002P2DT CMI B/U SERVER FOR AACS, SN: 1369 (1) CD-3501, NORSTAR PCIB ACCESS CARD, SN: 400059529 (1) CD-3501, NORSTAR PCIB ACCESS CARD, SN: 400149529 (1) TC-1049-RJ, SLOCK CARD, SN: 444 (1) TC-1049-RJ, SLOCK CARD, SN: 445 (10 TC-3979, 829AC MCK D TO A, SN: 6032 (1) TC-3979, 829AC MCK D TO A, SN: 6036 (2) TC-1203-NT, AACS+ WORKSTATION, SN: 23HBJ01 AND SN: 53HBJ01 (2) TC-1108-17, DELL 17 COLOR MONITOR, SN: 808A AND SN: 808J (2) TC-1102-A2L, PANASONIC 2 LINE ANALOG, SN: 1ABLC114973 AND SN: 1ABLC115371 (1) TC-3050-ICS, 0X32 NORSTAR KSU W/PWR SUPPLY, SN: NNTM8455BAPS (1) TC-3053-ICS, NORSTAR MICS 1.1 SOFTWARE, SN: NNTM0409L7FJ (4) TC-3057, NORSTAR TRUNK CARTRIDGE, SN: NNTM8455KJFM, NNTM8455KJF4, NNTM8455IBRL, NNTM8455IBQJ (1) TC-3058-ICS, NORSTAR ICS TRUNK MODULE, SN: NNTM8455JOSW (1) TC-3056-ICS, NORSTAR ICS 2 PORT EXP TRK, SN: NNTM8455NB4K The Government has the right to change equipment at any time.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN01197513-W 20061217/061215222804 (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.