Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

58 -- DES E-911 Recording System - Recompete

Notice Date
9/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, 7410 Apennines Drive, Ft Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W91JA58149E117
 
Response Due
9/23/2008
 
Archive Date
3/22/2009
 
Point of Contact
Name: Joseph Mitchell, Title: Contract Specialist, Phone: 7852395204, Fax: 7852395178
 
E-Mail Address
joseph.arthur.mitchell@us.army.mil;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91JA58149E117 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 423620 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-23 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT RILEY, KS 66442 The USA ACA Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, MODEL VCR-2020AN240/24/DVD/V6 HINDSIGHT-NET XPLUS ARCHIVAL DIGITAL 1. MODEL VCR-202AN240/24/DVD/V6 HINDSIGHT-NET XPLUS, ARCHIVAL DIGITAL CALL RECORDER 24-CHANNEL ARCHIVAL DIGITAL VOICE CALL RECORDER W/DUAL DRIVES. 2. VCR 2020AN//RA5 Rail 5Array Hard Drive Redundancy Option. 3. VCR-2020AN/ANI/ALI Capture (CAD DATA) 4. Additional Hindsight-Net Recorder Assistant Windows Network Playback Lic FOB: Destination PURCHASE REQUEST NUMBER: W91JA58149E117, 1, EA; LI 002, ON-SITE INSTALLATION & TRAINING FOB: Destination PURCHASE REQUEST NUMBER: W91JA58149E117, 1, EA; LI 003, 1st YEAR ON-SITE SUPPORT AND SOFTWARE MAINTENANCE FOB: Destination PURCHASE REQUEST NUMBER: W91JA58149E117, 1, EA; LI 004, 2nd YEAR ON-SITE SUPPORT AND SOFTWARE MAINTENANCE FOB: Destination PURCHASE REQUEST NUMBER: W91JA58149E117, 1, EA; For this solicitation, USA ACA Fort Riley intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. NOTICE OF INTENTIONS: We anticipate using the branded name system in the future, as this is part of an anticipated Higher Headquarters funded upgrade. Any equal system must be both compatable with existing system and the brand name specified. Award will be made to the best value offerer whose quote conforms to the requirements of the solicitation based on technical, warranty, delivery, and other non price factors. ADDITIONAL INFORMATION 1. IMPORTANT DELIVERY INFORMATION.(i) At the present time and until further notice ALL delivery trucks must enter Fort Riley Installation through the 12th Street entrance into Camp Funston, or the Henry Dr. entrance by Marshall Army Air Field. These are the ONLY entrances deliver trucks may use. (a) The 12th Street entrance can be accessed from KS Highway 18, North of the Kansas River bridge. If traveling on Interstate (I-70), take Exit 303, head North direction for approximately 3.6 miles and turn left on the first traffic light to 12th Street Gate. (b) The Henry Drive entrance can be accessed by taking I-70 Exit 301, then heading North to the access control point. To obtain an installation pass, Driver(s) must present a valid Drivers License/Photo ID, current vehicle registration, and proof of current insurance card. Passenger(s) will be required to present a valid Drivers License/Photo ID. (ii) Commercial shippers participating in RAPIDGate may enter any of the installations seven (7) access control points. RAPIDGate is a voluntary access protocol used by the installation to help expedite access to the installation. For information about RAPIDGate contact EID Passports, Inc. at 1-877-RAPIDGate (1-877-727-4342). (iii) For security reasons, the bill of lading shall have the name and phone number of the Ft. Riley delivery point of contact. This includes the bill of lading presented by third party and subsequent shippers. The Director of Emergency Services (DES), Fort Riley retains the right to refuse entry to the installation. Refusal of entry shall not relieve the prime contracted vendor from their responsibility to deliver as agreed to, nor shall there be an additional cost to the Government resulting from refused entry. NOTE: Commercial deliveries are accepted between 5:30 a.m. to 2:00 p.m (CST) Monday through Friday, The 12th Street Gate is closed at 2:00 p.m. and on weekends. Henry Gate is open 24 hours, 7 days a week. The installation does not provide overnight parking. All shipments must be accepted and off loaded the same day. ** NOTE: NO DELIVERIES ARE ACCEPTED AFTER 2:00 PM (CDT) 2. INVOICE REQUIREMENTS: Submit all invoices via Wide Area Workflow. Use DODAC W91JA5 for all INVOICES. Please refer to order number on all correspondence, invoices, shipping documents, shipping labels and shipping containers. Failure to follow this guidance WILL RESULT IN A DELAY OF PAYMENT. 3. ALTERNATE DISPUTES RESOLUTION In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (d) (2) (1) (B) (2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. ANSWERS TO VENDOR QUESTIONS 1) How Many channels of recording are to be Direct radio UHF/VHF--N/A 2) How many channels of recording are to be Trunked Radio--4 UHF 3) How many channels of recording are to be POTS Telephone--12 4) How many channels of recording are to be Digital Telephone--N/A 5) What is the Make and Model of the Radios--M/A Comm P7100 6) What is the make and model of the Digital Telephones--N/A 7) What is the make and model of the PBX or Phone switch---Please contact DOIM Telephone Services. This information is kept with DOIM. 8) What is the make and model of the current Logging recorder--Dictaphone Freedom You may direct your questions to Jacquese Kuntz, Directorate of Emergency Services Information Management; Fort Riley, Ks 785-239-3323. She will be avalable for on-site visits. Please call her to make arrangements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01c2d18b0a942021cef4f62d1735a66d&tab=core&_cview=1)
 
Place of Performance
Address: FORT RILEY, KS 66442<br />
Zip Code: 66442-0001<br />
 
Record
SN01676177-W 20080921/080919220849-01c2d18b0a942021cef4f62d1735a66d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.