Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

58 -- Digital Recorders

Notice Date
4/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N6146309RC024
 
Response Due
5/4/2009
 
Archive Date
5/5/2009
 
Point of Contact
MARK ZACCAGNINI 757-443-1296 SCOTT WILKINS757-443-1326
 
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 SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N6146309RC024FN solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080721. It is the responsibility of the contractor 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 following is a brief! description of the required materials FISC Norfolk intends on purchasing:General Required Specifications:On-site installation and two hour end user training for 2 supervisors at each location. Quantity Required is 3 Each, (2) to Norfolk Virginia location, (1) to Portsmouth New Hampshire location. The specifications cover an advanced digital logging recorder/reproducer designed to provide recording of up to 192 channels, in 8/16/24 channel increments of audio plus the time & date data. The digital logger shall be fully standalone with front panel color GUI control and not require a keyboard, mouse and monitor for operation, as well as the providing network server functionality for remote access from any Windows or higher PCs on the network. The equipment furnished under this specification shall be designed for continuous duty operation, (I.e. 24 hours per day, 365 days per year) able to handle all (police/fire/dispatch) lines of communications.It is considered to be acceptable to provide a separate keyboard, mouse and monitor with the recording unit, the minimum requirement for this would be; chassis with CPU and voice system, SVGA screen, monitor, power cords, keyboard, mouse and media drive(s).Specifications are written to operational requirements; equipment that meets or exceeds these requirements will be acceptable. Please address each requirement individually in your quote. 1.0 Architecture1.1 The system must be delivered with Call Browser software for Windows W2000/XP PCs for unlimited use. This remote PC software will include desktop instant recall. This software shall require no user licensing.1.2 The digital recording module must provide instant recall playback at the front panel from the hard disk.1.3 The system must support multiple archive drives and multiple hard disks. The standard hard disks must be mirrored RAID level 1 and expandable to RAID 5 operations. With dual archive drives, either serial or parallel archiving operation shall be possible.1.4 The system internal clock will keep time and date. It shall be capable of synchronizing to other devices over the LAN or external GPS NTP master time clocks as well as RS485/232 NENA Standard Format 0, 1 or 2.1.5 The system operating require no site license. Any Windows 2000/XP workstations may be used for remote access when Eventide call browser software is installed.1.6 The system shall provide for conversion of recorded calls to.Wav or MP3 file format. It shall also provide the capability to "drag and drop" of any recorded call in the.Wav format onto a CD-R or Floppy disk for playing in any Windows PC without the need for any proprietary software. These.Wav files can also be attached to emails or act as imbedded documents.1.7 The vendor shall guarantee that all archive major components, contained in the recorder are COTS non-proprietary items.1.8 The system must be equipped with dual hot swappable power supplies and fan assemblies.1.9 There must be a minimum of 18 telephone lines analog and/or ISDN, expandable and a minimum of 16 radio channels expandable with the capability to record trunked units.2.0 System Control & Operations Requirements2.1 Any number of remote PC workstations on the LAN with the recorder can be used for full remote playback and control.2.2 Require no site licensing. 3.0 System Networking Capabilities3.1 The system will provide for live monitoring of up to eight channels simultaneously over the Network from any attached Windows NT/2000/XP workstation. 4.0 System Expandability4.1 The system must be open based software using non proprietary hardware to allow for future expansion with no site licensing fees required.5.0 Record Storage5.1 The system must provide at least 770 channel hours on each side of a 9.4GB DVD-RAM CD for a total of 1540 Channel hours on the dual DVD-RAM CD. Drives shall accept and write to DVD-R & CD-R CDs as well.5.2 The system must provide at least 19,800 channel hours available for instant access on a hard disk independent of the archive drives. These recordings must be duplicated on a second hard disk providing a 100% mirrored copy that will be available should the 1st hard disk fail for any reason. 5.3 The system will optionally provide the ability to have up to 6 hard disks and be able to configure them in a RAID 5 system. Using the largest hard disks available from the vendor, this should provide 2TB of storage. 6.0 Recording Capabilities6.1 The system must be able to record, playback or live monitor simultaneously, from up to 8 channels and from up to 16 users at the same time. 6.2 The system will provide sequential archive drive operation to extend unattended archiving time. Archive drives must also run in the parallel mode.6.3 The system shall provide automatic transfer to another drive when capacity is reached on the recording drive or if a failure is detected on that drive when in the sequential mode of operation.6.4 The system must provide the ability to playback from one archive drive while others continue to record. 7.00 System Security Requirements7.1 The system must provide User Name/Password security down to the channel level. 8.00 System Search & Play Capabilities8.1 Search may be initiated by multiple user selectable views or keys in a standard relational database format. Search criteria shall be at least:.Time/Date.DTMF telephone number.Caller ID telephone number.Calls between certain times.Calls at the same times between certain dates.Call duration.Call direction.Channel name.Tagged calls.ALI data 8.2 The resulting searched audio shall be in a proprietary format that will play at the system front panel or at an attached workstation. It shall be possible to convert the audio to standard.WAV or MP3 file format to be used as PC compatible audio files for emailing and copying to a CD-R or other recording media.9.0 System Electronics9.1 All electronic circuits shall be of modern design and construction, arranged for quick replacement on plug-in cards.9.2 The system shall be capable of direct connect to various record inputs, all from one chassis. This input shall be:.Digital 2-way Radio, with analog to digital regarding the phone lines, but radios should be both.10.0 System Options Accessories10.1 Unlimited use remote playback software module shall be included with the system.10.2 Unlimited use of desktop Instant Recall software shall be included with the system.10.3 CTI connectivity shall be available.10.4 Digital radio recording and search by ID number shall be available.10.5 8/16/24 Channel field upgrade kits shall be available for expansion up to 192 analog channels in one chassis.10.6 Dial out alert/alarm shall be available. Automatic Email notification of alerts/alarms shall also be available. Contact Mark Zaccagnini at 757-443-1296 or Mark.Zaccagnini@navy.mil for a complete Statement of Work. The NAICS code is 811213 and the Small Business Standard is $7.0M. The proposed contract is 100% set aside for small business concerns. This is a competitive requirement. The Fleet and Industrial Supply Center Norfolk requests responses from qualified sources capable of providing: Required Delivery is 4 June 2009, FOB Destination; Delivery Locations are Qty 2 Each; Commander Navy Region Mid Atlantic, 1510 Gilbert Street, Norfolk Virginia 23511, ATTN: Cheryl Simons (equipment for the ECC). QTY 1 Each; Commander Portsmouth Naval Shipyard, BLDG 29 First Floor, Code 1710, Portsmouth NH 30804-5000, ATTN Tony Potvin (207) 438-2877. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (OCT 2003);52.212-1, Instructions to Offerors - Commercial Items (JAN 2005); 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference:52.219-6 Notice of Total SB Set-Aside52.222-3 Convict Labor (JUN 2003)52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004)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 (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001),52.225-1, Buy American Act-Supplies (JUNE 2003) (41 U.S.C. 10a-10d), and 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002).Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and delivery. 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total 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 0600 a.m. EST on MON MAY 04, 2009. Contact Mark Zaccagnini who can be reached at 757-443-1296 or email Mark.Zaccagnini@navy.mil faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., STE 600, Code 200, Attn: Mark A. Zaccagnini, Norfolk, VA 23511-3392: Reference N6146309RC024FN on your proposal. NAICS: 811213 Small Business Standard $7.0M applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7dad0d174002e55c138e7bb07e66a505&tab=core&_cview=1)
 
Record
SN01800214-W 20090425/090423215654-4703e824a05d1e5344e34c88086d14f2 (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.