Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
DOCUMENT

70 -- Audio Derivative Server System - Salient Characteristics

Notice Date
8/25/2008
 
Notice Type
Salient Characteristics
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-08-Q-0125
 
Archive Date
9/25/2008
 
Point of Contact
Evelyn Carter, Phone: 301-837-0736, Gregory Carter, Phone: 301-837-3036
 
E-Mail Address
evelyn.carter@nara.gov, greg.carter@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; fixed price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-08-Q-0125 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective June 12, 2008. This is a 100% small business set-aside under NAICS 334119 with a size standard of 1,000 employees. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the offeror whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this order will be obtained through a lowest priced technically acceptable evaluation. BACKGROUND: The Special Media Preservation Laboratory (NWTS) of Preservation Programs (NWT) is expanding its capabilities in the Recording Lab relating to digital audio recordings, and needs a computer server-based system for batch-processing and automated derivative generation, inclusive of delivery, installation, configuration, training, and system maintenance and support for base year plus four (4) one-year options at the NARA, College Park, MD. REQUIREMENTS: Total price for CLINs 0001 thru 0007 [For evaluation purposes, the price will be determined by multiplying the Qty. by the Unit Price.] must include all enumerated requirements. The Government will consider Brand Name or equal items (see Salient Characteristics). CLIN 0001 Cube-Tec International Dobbins Audio Derivative Server System– inclusive of delivery, installation, set-up, and initial configuration (See Salient Characteristics); Qty. 1 each. CLIN 0002 Training on system proposed in CLIN 0001. Training is not separately priced and the cost of training should be included in the price of CLIN 0001. Training is listed as its own CLIN 0003 for tracking and acceptance purposes. CLIN 0003 System Maintenance and Support, Base Year - Period of performance 12 months (months 1 – 12). CLIN 0004 System Maintenance and Support, Option Year One – Period of performance 12 months (months 13 – 24). CLIN 0005 System Maintenance and Support, Option Year Two – Period of performance 12 months (months 25 – 36). CLIN 0006 System Maintenance and Support, Option Year Three- Period of performance 12 months (months 37 – 48). CLIN 0007 System Maintenance and Support, Option Year Four – Period of performance 12 months (months 49 – 60). DELIVERY: Packaging must be in a manner that prevents damage to the Audio Derivative Server System during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NAR - AII; 3301 METZEROTT RD, COLLEGE PARK, MARYLAND 20740-6001 no later than 90 calendar days after award of order (CLIN 0001). Installation must occur on a schedule mutually agreed upon by the vendor and the Government (no later than 180 calendar days after award of order). CLIN 0002, Training, must occur on a schedule mutually agreed upon by the vendor and the Government (no later than 210 calendar days after award of order). Vendor’s price quotation shall be based on the cost to supply the requirement as expressed in CLINs 0001 through 0007. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors—Commercial Item(Jun 08); FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 08)--offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions—Commercial Terms (Feb 07); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jun 08). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I (Sep 06), 52.219-6 Notice of Total Small Business Set-Aside (Jun 03); 52.219-28 Post Award Small Business Program Representations (Jun 07), 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Feb 08), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 06), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fee (Dec 04), 52.222-50 Combating Trafficking in Persons (Aug 07), 52.225-1 Buy-American Act – Supplies (Jun 03), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 03), 52.232-36 Payment by Third Party (May 99), and 52.239-1 Privacy or Security Safeguards (Aug 96). FAR 52.211-6 Brand Name or Equal (Aug 99) [re: CLIN 0001] is also applicable to this procurement as NARA will consider Brand Name or Equal items. For all non-Brand Name items, please ensure to sufficiently represent the specifications of the proposed item in order to allow for efficient and timely evaluation. FAR 52.217-5 Evaluation of Options (Jul 90). FAR 52.217-8 Option to Extend Services (Nov 99) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days (End of Clause). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 00) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months. (End of Clause); Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Evelyn Carter, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001 or e-mailed to: evelyn.carter@nara.gov. Quotations should be received by 12:00 PM EDT on September 10, 2008. Failure to submit quotations by the due date may result in rejection of the proposal. Questions regarding this solicitation must be submitted in writing to Ms. Evelyn Carter no later than 12:00PM EDT on September 4, 2008 to be considered. Vendors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. Telephonic responses will not be processed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=654ec1906ab5f27b742311d1bcadd072&tab=core&_cview=1)
 
Document(s)
Salient Characteristics
 
File Name: Salient Characteristics (Salient Characteristics.doc)
Link: https://www.fbo.gov//utils/view?id=0665341cf31a2ac67eb3bab8f5b6db59
Bytes: 39.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01650178-W 20080827/080825221956-654ec1906ab5f27b742311d1bcadd072 (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.