Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

70 -- Cellular Seizure Systems (Ruggedized Data Extraction Device)

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-R-090611
 
Response Due
6/19/2009
 
Archive Date
8/18/2009
 
Point of Contact
Johnny A. Redford, 703-428-0408<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(johnny.redford@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W91WAW-09-R-090611 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The Army Contracting Command, Contracting Center of Excellence (CCE) on behalf of Department of Defense, Office of the Inspector General (DoD OIG), intends to procure 7 ruggedized cellular seizure systems. This requirement is a Hub-zone set-aside. A Firm Fixed Price contract is anticipated. NAICS: 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing The anticipated award date is 25 June 2009. All responsible sources may submit a proposal(s), which will be considered. Request for Quotations (RFQ) responses must be submitted IAW instructions of Evaluation-Commercial Items (FAR 52-212-2 and addendum) as stated in the RFQ and provided to the Point of Contact (POC) (Johnny Redford, johnny.redford@us.army.mil ) identified in the RFQ not later than 19 June 2009 at 1:00 PM EST. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the contractor to meet the Governments minimum and 2) Price. All factors are equally weighted. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. Far clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5 (b) are applicable to this acquisition: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33,52.222-41,52.222-42,52.222-43. Additionally, FAR clauses 52.204-7004, 52.400-4034,52.217-8, 52.217-9, 52.232-19, 52.222-4013, 52.111- 4002, 52.222-43 applies.. The complete text of the FAR and DFARS clauses and provisions are available at the following internet sites: DOD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil Proposals are due on 19 June 2009 at 1:00 PM Eastern Standard Time. Proposals shall be e-mailed to: johnny.redford@us.army.mil B. Supplies or Services B.1Background Department of Defense, Office of the Inspector General (DoD OIG) has a requirement for 7 ruggedized cellular seizure systems that support CDMA, GSM, IDEN, and TDMA technologies and are compatible with any wireless carrier. These systems are needed to extract data in a verifiable read-only format from cell phone and Personal Digital Assistant (PDA) phonebooks, pictures, video, text messages, call logs, ESN information, and deleted SMS messages from SIM/USIM cards via a standalone system that does not require a computer for data extraction. B. 2Objective The OIG objective is to contractually procure seven Ruggedized Cellular Seizure Systems with 12-months of software upgrades from a vendor that has been determined to have the resources to accommodate the scope of this project in a timely manner. CLIN 0001: The contractor shall provide 7 UFED Ruggedized System RUGG-UFED with the specifications listed in B.1.1. CLIN 0002: The contractor shall provide 1 Shipping & Handling with the specifications listed in C.1.1. C. Description/Specifications: C.1: SCOPE The contractor shall provide the items above explained in part C.1.1 C. 1.1 Specifications 7 each - Ruggedized Cell Seizure & Extraction System to include Cables fitting all cellular phones, Lithium-Ion Battery, Shock resistant case, AC power Supply with integrated battery charger, 12-months of software upgrades, Bluetooth adapter, car adaptor, USB Flash Drive, SIM Access Card, Ruggedized Memory Card Reader, Ruggedized Faraday Bag, SD Card Holder, Data Connectivity Cable The device is equivalent to, or equal to, the Cellebrite UFED Ruggedized System (Portable, handheld, forensic system for extraction and analysis of cell phones, smartphones and PDA devices) C. 1.2 Shipping & Handling to 5 Different DCIS Locations C. 2 Period of Performance N/A C. 3 Warranty The contractor shall provide a standard commercial warrant. D. CONTRACTING CENTER OF EXCELLENCE POC: Johnny A. Redford, Contract Specialist Phone Number: 703-428-0408 Email: johnny.redford@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-090611/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Command(ACC) ATTN: Policy and Compliance, 200 Stovall Street, Room 11S62 Alexandria, VA 22332 VA<br />
Zip Code: 22332<br />
 
Record
SN01842305-W 20090613/090611235412-68d9b30533f29ce4d2d4b2976fa0a32a (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.