Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

58 -- 911 SYSTEM

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N6051472396600
 
Response Due
9/20/2007
 
Archive Date
10/5/2007
 
Small Business Set-Aside
Total Small Business
 
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. Responses are due in no later than 20 Sep 07 at 1200 EST. Proposals are being requested and a written solicitation will not be issued. Reference number N6051472396600 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 541512 and the business size standard in dollars is $23.0. This is a 100% SMALL BUSINESS set aside. Desired period of performance start date is date of award through 30 Sep 08. This requirement is for Naval Station Guantanamo Bay, Cuba for the procurement of 911 system that can interface with the Cable Assignment Information Retrieval System (CAIRS) which the Base Communications Office (BCO) uses to assign cable pairs and telephone numbers. This system will automatically update its database with numbers assigned by BCO through CAIRS which is currently being done manually sometimes causing misrouted critical 911 calls when the database is not updated correctly and timely. This requirement includes the installation, training, and shipping of a 911 System and call logging system. Include manufacturer of system you are quoting. Government POC: Arleen L. Starks. Email: Arleen.Starks@navy.mil. Phone: 904-542-0471, fax: 904-542-1095. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (JUL2004), 52.203-3 Gratuities (APR 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sept 2005), 52.204-6 Data Universal Numbering System (DUNS) Number (OCT 2003), 52.204-7 Central Contractor Registration (July 2006), 52.222-21 Prohibition of segregated facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (APR 2003), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (FEB 2002), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996), 52.237-3 Continuity of Services (JAN 1991), 52.239-1 Privacy or Security Safeguards (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (FEB 2006) 52.245-1 Property Records (APR 1984), 52.245-2 Government Property (Fixed-Price Contracts), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (MAY 2004), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.212-1 Instructions to Offers-Commercial (SEP 2006), 52.212-2 Evaluation?Commercial Items (Jan 1999), 52.212-3, Offeror Reps and Certs. (Nov 2006), 52.212-4 Contract Terms and Conditions--Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2005), 52.215-5 Facsimile Proposals (FEB 2006). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (APR 1984), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 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). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 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). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (May 2004), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004), 252.225.7014, Preference for Domestic Specialty Metals (JUN 2005), 252.232-7003 Electronic Submission of Payment Requests (MAY 2006), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2003), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses and fill in the items required in 52.212-3 and send in with your proposal or submit ORCA info include TIN number. Verify registration in Wide Area Workflow at: https://wawf.eb.mil/. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) Completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price for each item, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. Submit specs of requested items, manufacturer you are quoting, and delivery schedule. (3) FAR clauses requiring fill-ins, 52.212-3 Award will be made IAW FAR 15.101-2, Lowest Price Technically acceptable source selection process is appropriate for this award. The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. IAW FAR 15.304(3)(iv), past performance is not an appropriate evaluation factor for this acquisition. Evaluation Factors: I. Price II. Technical: a. Meet Specifications requested for 911 system and call logging system b. Delivery Schedule Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award. Quotations must be received no later than 1200 EST on 20 Sep 2007 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Arleen L. Starks, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen.Starks@navy.mil. STATEMENT OF WORK 911 SYSTEM FOR U.S. NAVAL STATION GUANTANAMO BAY, CUBA Naval Station Guantanamo Bay, Cuba requires a 911 system that can interface with the Cable Assignment Information Retrieval System (CAIRS) which the Base Communications Office (BCO) uses to assign cable pairs and telephone numbers. This system will automatically update its database with numbers assigned by BCO through CAIRS which is currently being done manually sometimes causing misrouted critical 911 calls when the database is not updated correctly and timely. This requirement includes the installation, training, and shipping of a 911 System and call logging system. Include manufacturer of system you are quoting. Includes the following items: Quantity One (1) Dual Core Intel Xeon Processor 4 GB RAM 1.44 MB Floppy Drive Two (2) 36 GB* 15K rpm SCSI Hard Drives RAID 1** Two (2) 73 GB* 15K rpm SCSI Hard Drives RAID 1** Enhanced Keyboard SVGA or LCD Display (Size TBD by Base) CD-ROM Drive Microsoft Windows 2003 Server (32 bit) with appropriate service packs One (1) 10/100 NIC (Network Interface Card) Two (2) Serial Com Ports Two (2) PCI OR PCI-X Card Slots (Full Length / Full Height) No PCIe One (1) DIGI ? multi-port serial board Quantity Three (3) 2.8 GHz Processor or Faster (Intel Only) (desktop/mini tower) 1 GB RAM 1.44 MB Floppy Drive Minimum 80 GB Hard Drive Capacity - Enhanced IDE Enhanced Keyboard SVGA or LCD Display (Size TBD by Base) CD-ROM Drive Microsoft Windows XP Professional with appropriate service packs One (1) 10/100 Mbps NIC (Network Interface Card) One (1) PCI OR PCI-X Card Slots (Full Length / Full Height) No PCIe Two (2) Serial Com Port Windows Multimedia Equipped Quantity Component 1 Microsoft SQL Server License 5 Microsoft SQL CALs 4 M2216/2616 ACD Sets with Meridian Communications Adapters Or M3905 or M3904 ACD sets or Computer Telephony Integration Adapter - CTIA - NTMN70AA70 (CPC A0764503) Accessory Connection Module - ACM - NTMN71AA70 (CPC A0764508)110v Wall Transformer - NTMN80AA (CPC A0779713) 4 DN?s Call-Taker Headsets ? As required by GTMO 19 inch Rack Power Requirements Backroom (Data Room/Server Farm) Network Backbone Network Technical Support DN Termination at E911 center Dispatch Station pc/psap File Server Telecommunications Technical Support GTMO Nortel Meridian Option 81c Programming as required 1 Network Printer ? Laser 1 Okidata 320 Turbo with Cables Standard line and error printers - dot matrix parallel or USB port printer Ethernet Cables ? appropriate number 1 24-port Network HUB Calling Logging and recording system include the following: ? Supports traditional call logging and recording requirements ? Email notification of warning and error states to groups or individuals ? Automatically emails ?flagged? calls upon trigger events ? Archive to DVD or network server ? Scalable to multiple engines and Spectator agents ? Provides live real-time agent call monitoring ? Telephone event triggering (D-Channel) ? Picture indexed with each agent/channel monitored ? Color-coded status indicators ? quickly identifies call duration ? In-bound and out-bound city and state logged by CLID, and by channel ? Supports: PRI, T1, digital display sets, and analog telephony integration ? Allows mixed interfaces within the same PC chassis ? Allows emailing of recordings as attached .wav files ? Provides detailed follow-up notes based on conversation ? Easily flags calls for future retrieval and records management ? Search by date, time of day; call duration, channel, agent, direction (in-bound/out-bound), caller ID, dial number ? User admin rights control channel listening/monitoring based on groups, users, etc. ? Play back control, fast forward, pause, skip ahead, display dual tone multi frequency DTMF as entered and time stamped, volume control, ad-hoc concatenate feature to create a new file between multiple original recordings ? Save files locally, via network and email for distribution as standard .wav file ? Table designer allows user prioritization of displayed search fields for Spectator client ? Optionally available as rack mountable ? Extensible Markup Language (XML) interface available as an option to interface to 3rd party systems System must be able to integrate other private branch exchange (PBX) manufacturers seamlessly without external proprietary controllers, with the capability to process E911 calls to include location information associated with National Emergency Number Association-2 (NENA-2) compliant data. Software-based E911 application must be able to integrate via the Nortel digital switching network already installed at GTMO without introducing external proprietary controllers. The CAIRS Telephone Management Software (TMS) is one segment of the overall communications system at GTMO, Cuba. The E911 system must be integrated using a NENA-2 complaint database for automated integration; providing a seamless integration with the Base network. The 911 systems interfaces directly with the call logging system and share a database. The call logging system must allow for real-time audio monitoring with agent picture display including color-coded call status based on customizable threshold that includes display of ANI of second-party-to-call, agent scoring, call marking for supervisor review. The U.S. Naval Station shall provide the following equipment One 24 or 48-port switch Three workstations with 19" monitors (Dual-Core, 2GB RAM, 80GB Hard drive) Dot Matrix Printer LaserJet Printer Tape Backup Local Area network connection between the call-taker workstations and the file/application server will be accomplished using the TCP/IP protocol suite in a Microsoft environment. The Contractor shall provide complete on-site implementation to include configuration analysis with the end-users (administrators, supervisors), installation of all vendor-provided components and end-to-end testing of all system components and applications. On-site personnel will remain on site following cutover until such time the government is satisfied with the solution as designed. The Contractor shall provide comprehensive user training of all relevant Naval Station personnel in customized on-site sessions that include operator training, supervisor training and administrator training classes. These classes will be conducted on the actual equipment being installed prior to cutover. Classes will be conducted to accommodate the schedules of Naval Station personnel. Prior to the on-site delivery of the system, the Contractor and Naval Station representatives will review the communications facilities to identify and environmental concerns or modifications that are necessary to support the contracted systems. A written checklist will be prepared describing the modifications necessary to support the system. The Naval Station will be responsible for making these modifications, if any, prior to the scheduled on-site delivery. Contractor shall provide a modem package that will allow for remote diagnostics, software downloads and system monitoring by the Contractor?s Technical Support Center. Access to the system will be controlled and initiated by Naval Station personnel in order to comply with security provisions and regulations. Contractor will provide technical support for all users and administrators of the system. Telephone support is available for all questions regarding operation, configuration and administration of the system. This support is provided 24X7X365. Commencing one (1) year after cutover, software/hardware support will be provided via monthly maintenance charges.
 
Place of Performance
Address: U.S. NAVAL STATION, GUANTANAMO BAY, CUBA,
Zip Code: 09539
Country: CUBA
 
Record
SN01407842-W 20070916/070915200032 (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.