Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
MODIFICATION

36 -- Interview Recording and Management System Equipment - Amendment 1

Notice Date
7/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-16-T-8362
 
Archive Date
8/4/2016
 
Point of Contact
Rosalynd Diane Clayton, Phone: 9109075116
 
E-Mail Address
rosalynd.d.clayton.civ@mail.mil
(rosalynd.d.clayton.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
To clarify installation for Fort Gordon, Georgia, provide additional information concerning installation and extend response time This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 FEDBIZOPPS. This solicitation documents and incorporates provisions and clauses in effect through FAR and DFARS. 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: http://farsite.hill.af.mil/. The NAICS code is 334310 - Audio and Video Equipment Manufacturing. This requirement has been set aside for 100% small business. The government requests responses from qualified sources capable of providing equipment with the following salient characteristics: Interview Recording and Management System (IRSM) equipment that records testimony and preserves same for reference at a later time. The contractor shall furnish all labor, material, equipment, incidentals, supervision and transportation for the installation of Cardinal Peak's CaseCracker System or equal systems with the work outlined below: a. Fort Stewart CID Detachment - Fort Stewart, Georgia • Provide two (2) two-room stationary recording interview and interrogation system equipment and support. • Installation of the two (2), two-room system must be turn-key to include: connecting all items from the peripherals package to the CaseCracker system or equal, professionally wiring and cabling the interview rooms and the monitoring room and properly configuring CaseCracker or equal audio, video, and software settings. • Comprehensive training on the system b. Fort Gordon CID Detachment - Fort Gordon, Georgia • Provide one (1) one-room stationary recording interview and interrogation system equipment and support. • Provide one (1) two-room stationary recording interview and interrogation system equipment and support. • Installation of the one room system must be turn-key to include: connecting all items from the peripherals package to the CaseCracker or equal system, professionally wiring and cabling the interview roo and onitoring room and properly configuring the CaseCracker or equal audio, video and software settings.. Installation of the two-room system must be turn-key to include: connecting all items from the peripherals package to the CaseCracker or equal system, professionally wiring and cabling the interview rooms and the monitoring rooms and properly configuring CaseCracker or equal audio, video and software settings. • Comprehensive training on the system c. HAAF CID Detachment - Hunter Army Airfield, Georgia • Provide two (2) two-room stationary recording interview and interrogation system equipment and support. • Installation of the two (2), two-room systems must be turn-key to include: connecting all items from the peripherals package to the CaseCracker or equal system, professionally wiring and cabling the interview rooms and the monitoring room and properly configuring CaseCracker or equal audio, video, and software settings. • Comprehensive training on the system Any property changes made during the installation/wiring of the rooms must be returned to the state prior to installation, to include the patching holes and painting surfaces. The contractor will be responsible for the transportation of its personnel, to include meals and lodging. The Contractor will be responsible for the shipping of any equipment required for the installation of the interview recording systems and proper recovery of the installation to its original state. The contractor shall provide training session to all available personnel, following installation to ensure familiarity with the system by the daily users. The contractor shall provide customer support/technical support at all locations listed in this scope of work from 0800-1700 on weekdays, with a 1 hour response time in order to resolve any issues regarding the CaseCracker or equal system. The contractor shall provide a 3 year warranty on hardware and software. The two-room stationary recording interview and interrogation system/units must include all software pre-installed, internal DVD burner, monitor, speakers, keyboard, mouse, and 3-year hardward warranty and software license. Performs motion JPEG compression of video/audio for two interview rooms with two camera views per room. Includes four overt or covert cameras (must specify when ordering) and two covert microphones. Stores up to 1900 hours of video with 2 TB of storage space. Can record two rooms simultaneously. The one-room stationary recording interview and interrogation system/unit must include all software pre-installed, internal DVD burner, monitor, speakers, keyboard, mouse, and 3-year hardware warranty and software license. Performs motion JPEG compression of video/audio fo int interview room with one or two camera views per room. Includes four overt or covert cameras (must specify when ordering) and two covert microphones. Stores up to 900 hours of video and 1TBs of storage space. For the one and the tow room installations they must include all necessary power strips to plug in all perpherals. The contractor shall provide software updates for 3 years. If web based updates are not available, then the software updates shall be provided via mail with explicit instructions. The contractor shall be available within 1 hour of contact to resolve any issue regarding the successful updates of software. All work shall be in accordance with (IAW) all applicable codes and standards including but not limited to: • Department of Army Polygraph activities Regulation AR 195-6 • Unified Building Code (Most recent edition). • National Electrical Code • National Fire Protection Agency requirements • Installation Design Guide. • United States Army Corps of Engineers, Safety and Health Requirements Manual EM 385-1. Applicable edition at award. • TM 111 Guidance provided in United States Army Training and Doctrine Command (TRADOC) Force Protection Program (FPP); Unified Facilities Criteria (UFC) for buildings. • International Plumbing Code - ICC-IPC • ASHRAE • I3A • All Fire Protection and Mass Notification shall be IAW with the local installation's SOP guidelines. Interested firms responding to this synopsis/solicitation are to include the following information: 1. Firm's name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address. 2. Firm's capability to perform the REQUIRED service. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements. 3. Firm's business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.). 4. Contractor shall submit a timeline, with their response, that designates projected delivery date of equipment, duration of installation and training schedule. 5. Only email responses will be accepted with a page limitation of 10 pages. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government will not review general capability statements, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Questions shall be submitted via email to the POC below. Questions regarding this Combined Synopsis/Solicitation announcement shall be submitted NLT 0800 Eastern Standard Time (EST) on 13 July 2016. After this deadline, questions will not be considered regarding this announcement. Additional Info: Additional documentation Contracting Office Address: Mission and Installation Contracting Command Center - Fort Bragg, North Carolina; Building 2-1105 C Stack; Macomb Street; Fort Bragg, North Carolina 28310-5200 Place of Performance: Fort Stewart, Georgia; Fort Gordon, Georgia; Hunter Army Airfield, Georgia Point of Contact(s): Rosalynd D. Clayton, Contract Specialist rosalynd.d.clayton.civ@mail.mil Mission and Installation Contracting Command Center Building 2-1105 C Stack Macomb Street Fort Bragg, North Carolina 28310-5200 This announcement will close at Wednesday, 20 July 2016 on 1200 hours, (noon ) EST. The Government Point for the Mission and Installation Contracting Command Center Fort Bragg is Ms. Rosalynd Clayton who can be reached at 910-907-5116 or email rosalynd.d.clayton.civ@mail.mil. All quotes shall be emailed to: rosalynd.d.clayton.civ@mail.mil Include solicitation number in the subject line Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable lowest priced quote. System of Award Management (SAM. Quoters must be registered in the System of Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. All quotes shall include price(s), FOB destination, a point of contact, name and phone number, business size, and discount terms. Each response must clearly indicate the capability of the quoted to meet all specifications and requirements. The following FAR provision and clauses are applicable to this procurement: 52.252-1 Solicitation Provisions Incorporated by Reference. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.228-5, Insurance Requirements Offerors' are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 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 including. 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 including: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area WorkFlow Payment Instructions 5152.233-4000 AMCLEVEL PROTESTPROGRAM (Sep 2011) ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05e366b3596f6e0ecaafce57071b99fc)
 
Place of Performance
Address: Fort Stewart CID Detachment - Fort Stewart, Georgia, Fort Gordon CID Detachment - Fort Gordon, Georgia, HAAF COD Detachment - Hunter Army Airfield, Georgia, United States
 
Record
SN04185703-W 20160720/160718234206-05e366b3596f6e0ecaafce57071b99fc (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.