Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

58 -- Pursuant to FAR 13.501 (a)(1)(iv), this represents the posting of combined synopsis and solicitation for Superman (brand name) Audio Amplifier /Filter and Accessory Kits

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018911Q2251
 
Point of Contact
Jay F. Gardner 215-697-9601 Jay Gardner, Code 260.1B,
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Pursuant to FAR 13.501 (a)(1)(iv), this represents the posting of combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. Justification and Approval (J&A) 1. Contracting Activity. The requiring activity is the Naval Criminal Investigative Service (NCIS) Washington, DC; the contracting activity is the NAVSUP Fleet Logistic Center (FLC) Norfolk. 2. Description of the Action Being Approved. The use of other than full and open competition to award a new purchase order on a brand name, sole source basis to Transformational Security, LLC, of Handover, MD, a Small Disadvantaged Veteran-Owned Small Business (SDVOSB) concern, and the only authorized distributor of the original equipment manufacturer (OEM), Intelligent Devices, Inc. The instant requirement is to provide five (5) additional Superman (brand name) Audio Amplifier/Filter systems. NCIS currently has twenty (20) Superman Audio Amplifier/Filter systems and needs the additional quantity to fulfill their mission requirements. Therefore, it is imperative all of the items within the kits are interchangeable. 3. Description of Supplies and Services. The proposed acquisition is to procure five (5) additional Superman (brand name) Audio Amplifier/Filter systems. These items must be obtained from a single source provider to assure that various components are interchangeable with each other. Each kit must be self-contained, easily transportable, and usable by a single person. The five (5) additional Superman (brand name) Audio Amplifier/Filter systems must include the following items: (1) a Superman Audio Amplifier with filter, (2) TS-2 “ Accessory kit for the Superman (brand name) Audio Amplifier/Filter, (3) End of Year Field Calibrations. The individual minimum requirements for each of the items within the systems are stated below. (1) Minimum Audio Amplifier/Filter System Requirements - (a) Each system shall contain an audio amplifier/filter; (b) The audio amplifier/filter shall have 40kHz audio capability, with 20 bit analog to digital conversion and additional 12dB analog front-end gain before conversion; (c) Shall possess a high gain analog amplifier; (d) Shall have a Direct Current (DC) generator; (e) Shall have a digital processor; (f) Shall be capable of providing DC measurements (voltmeter); (g) Shall be able to operate via battery; (h) Shall have an integrated hard drive capable of storing audio recordings; (i) Shall operate in real-time live audio mode, as well as record and playback audio from an integrated hard drive; (j) Shall be packaged in a watertight, crush and dust proof carrying case. (2) Minimum Audio Amplifier/Filter Accessory Kit Requirements “ (a) Shall contain at least one ultra low noise accelerometer; (b) Shall contain one (1) two meter cable for use with the ultra low noise accelerometer; (c) Shall contain one (1) five (5) meter cable for use with the ultra low noise accelerometer; (d) Shall contain a ½  (one half inch) condenser microphone, free field, ultrasonic frequency, four (4) hertz to forty (40) kilohertz; (e) Shall have a portable, battery operated dual power supply for use with the ultra low noise accelerometer and ultrasonic microphones; (f) Must have a portable, battery operated dual power supply for use with the ultra low noise accelerometer and ultrasonic microphones; (g) Shall have at least two (2) two meter sub-miniature microphone with 1/8  (one eighth inch) connector; (h) Shall have at least two (2) five meter sub-miniature microphone with 1/8  (one eight inch) connector; (i) Shall have at least two (2) 1/8  (one eighth inch) to bayonet Neill-Concelman (BNC) adapter cable; (j) Shall have at least one (1) one meter BNC extension cable. (3) Minimum End of Year Field Calibration Requirements “ (a) Each system must have end of year calibration coverage; (b) Shall have calibration of metering capabilities; (c) Shall have calibration of frequency response of the amplifier/filter; (d) Shall include performance verification of the amplifier/filter. The items are to be delivered within 90 days ARO. 4. Statutory Authority Permitting SOLE SOURCE. Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). 5. Rationale Justifying Use of Cited Statutory Authority. NCIS has a need to acquire five (5) additional Superman Audio Amplifier/Filter systems. NCIS ™ minimum requirement states all the items within each of the systems must be interchangeable. The unique features of the Superman Audio Amplifier/Filter included the following items: integration of an analog amplifier, DC injection generator, digital signal processing, hard disk recorder, spectrum analyzer, DC voltmeter and event logging device into a single battery operated portable package; incorporates cutting edge proprietary digital signal processing algorithms designed to extract human speech from hostile acoustic and electric backgrounds; the accessory kit is uniquely designed and includes custom engineered and manufactured components (many of which are not commercially available items) optimized for the Superman audio amplifier/filter. Market Research reveals that there are not any other products known to be available that meet all of these minimum requirements. The form, fit and function of other manufacturer ™s audio amplifier/filter systems would not be compatible to the existing systems. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. This requirement will be synopsized in the NECO/FEDBIZZOPS including the solicitation in accordance with FAR 13.501(a)(1)(iv). Based on Market Research, Intelligent Devices is the only source of the Superman Audio Amplifier/Filter system with and Transformational Security, LLC is the sole entity authorized to sell this unit. To date, there are no other amplifiers/filters in the market with the same performance specifications to meet the minimum needs of NCIS 7. Determination of Fair and Reasonable Cost. The Contracting Officer has determined the anticipated cost to the Government of the supplies/services covered by this J&A will be fair and reasonable. 8. Actions to Remove Barriers to Future Competition. For the reasons set forth in Paragraph 5, NAVSUP FLC Norfolk has no plans at this time to compete future contracts for the types of supplies covered by this document. If another potential (brand name) source emerges, NAVSUP FLC Norfolk will assess whether competition for future requirements is feasible. 9. Contracting Point of Contact The point of contact at NAVSUP FLC Norfolk is Jay F. Gardner, Code 260.1B, at DSN 442-9601, commercial (215) 697-9601 or by e-mail at jay.gardner@navy.mil. RFQ Request for Quotation (RFQ) N00189-11-Q-2251 contemplates a firm fixed price purchase order with an estimated lead time of 90 days ARO. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-52. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. It is requested that qualified sources are capable of providing the following Contract Line Item Numbers (CLINs): CLIN 0001 “ QTY: 5 ea, Superman (Brand name) P/N: S4020, Audio Amplifier/Filter; CLIN 0002 “ QTY: 5 ea, Superman (Brand name) P/N: TS-2; Accessory Kit. Delivery terms are 90 days ARO on a FOB Destination basis (NCIS, Washington, DC) The following FAR/DFARS provisions/clauses are hereby incorporated: 52.212-1, Instructions to Offerors -- Commercial Items, 52.212-2, Evaluation -- Commercial Items, Price is the only evaluation factor, 52.212-3, Offeror Representations and Certifications -- Commercial Items, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items, 52.204-7, Central Contractor Registration, 52.209-7, Information Regarding Responsibility Matters, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-26, Equal Opportunity, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-1, Buy American Act ”Supplies, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2 -- Clauses Incorporated by Reference, 252.212-7000, Offeror Representations and Certifications--Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008, Prohibition of Hexavalent Chromium, 52.203-3, Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. A single award will result from this solicitation. Quotes shall be forwarded to the following e-mail address: jay.gardner@navy.mil no later than 1:00 PM (local time) on 02 August 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018911Q2251/listing.html)
 
Record
SN02507854-W 20110724/110723010824-5c8ef03a7ac7b2aeb531dfb12b0de1d8 (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.