SOLICITATION NOTICE
74 -- Reverse911System
- Notice Date
- 9/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- DAAE30-03-Q-0614
- Response Due
- 9/21/2003
- Archive Date
- 10/21/2003
- Point of Contact
- Teresa M. Leap, Contract Specialist, 973-724-4672
- E-Mail Address
-
Email your questions to Teresa M. Leap
(tleap@pica.army.mil)
- Description
- This is a streamlined Request for Quotation (RFQ), DAAE30-03-Q-0614, for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This RFQ constitutes the only solicitation; a written solicitation will not be issued. A quotation is hereby requested. The solicitation document and incorporated provisions/clauses contained within Federal Acquisition Circular (FAC) 2001-15 effective 8/25/03 except for Items III, VII, and VIII, which were effective 7/24/03. A notice of award, Standard Form 1449, may result in a binding contract, without discussion or further action by either party. NAICS CODE: 334111; Size Standard 1,000 Item Description The minimal acceptable requirements for the Reverse 911 System hardware are as follows: Server Class Dual Processor Capable Motherboard w/5 PCI Slots, Pentium IV 2.0 GHz Processor, 512 MG DDR2100 Ram, Redundant, Hot Swappable 300W Power Supplies, Promis Fast Track Raid Controller, Redundant, Hot Swappable 40 GD EIDE Hard Drives using RAID 1 Configuration, Removable 20GB Tape Drive for Backup, 10/100 Network Interface Card, 19? 5U Rack-Mount Chassis, Redundant Hot Swappable Cooling Fan, 52X CD-ROM Drive (or better), 1.44MB 3 ?? Floppy Drive, AGP Super VGA Graphics Accelerator with 32MB RAM, 17? Digital Multimedia Color Display (or better), 56K External Modem, System Telephone, 6-4 port Intel-Voice Cards, Hewlett Packard Color Ink Jet Printer, 104 Enhanced Keyboard, Microsoft PS/2 Mouse The minimal acceptable requirements for the software maintenance of the subject requirement are as follows: Reverse 911 Patented Software is required, community information line, mobilization plus, hazmat, 24 hours a day, seven (7) days a week technical support via telephone with an 800 #, any and all upgrades that are made available during the period of performance (POP) at no additional cost to the Government. All ?bug fixes? shall be available to be downloaded from the web. All upgrade medias are to be provided via CD?s that shall be shipped directly to the customer (This information will be incorporated into the contract award) at no additional cost to the Government. The price shall be inclusive of Installation (8 hours) and Training (8 hours) as well as the first year?s hardware and software warranty and maintenance. Warranty requirements shall be consistent with customary commercial practice(s). Unit Price Total Amount Reverse 911 System $________ $_________ Software and Hardware Maintenance, Database Maintenance 2nd year $____________ Total Price including the second year?s maintenance $___________ In addition, the offeror must be able to integrate their system with the Meridian Sietch running Option 81C over PRI circuits. The system shall also be fully Section 508 compliant (including support for the hearing impaired and multilingual support). Inspection and Acceptance shall be performed by the Government Contracting Officer?s Representative (COR) at TACOM-ARDEC, Picatinny Arsenal, NJ via a DD Form 250. The responsible COR and an Alternate Contracting Officer?s Representative (ACOR)information shall be provided in the award document. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) provisions/clauses are applicable and are incorporated into this RFQ by reference: FAR: 52.204-4, 52.212-1, 3 ALT I (excluding para (b)), 4 & 5, 52.219-6, 52.222-1, 9, 20, 21, 22, 25, 26, 35, 36 & 37, 52.225-13, 52.232-33 and 52.252-2 DFAR: 252.201-7000, 252.204-7004, 252.209-7001, 252.212-7000 (excluding certification in para (b)) & 7001, 252.225-7000, 7001, & 7002, and 252.247-7023 LOCAL CLAUSES: ARDEC 59, 68, 144, 163 and 164 (Deviation) FAR 52.212-2 The Government intends to evaluate and award without discussions, however, the right to do so is reserved. Evaluation criteria: The Government contemplates award to the best-priced, technically acceptable offer. It is the Government?s intention to award this as a sole source to Sigma Communications Corporation. NOTE 22 Applies to this requirement. ARDEC 157-Rating DO-C9E under Defense Priorities and Allocations System (DPAS) Regulation (15 CFR 700) applies. ARDEC 46- Notify Government receiving personnel, phone (973) 724-4234/3384, prior to shipment to avoid delay of off-loading. Delivery of this system, in full working order, is required no later than COB 10/15/03. The cost for delivery shall be included in the offeror?s price. Delivery shall be made to TACOM-ARDEC, Picatinny Arsenal, NJ via the truck entrance to the scale house, between 7:30 am ? 2pm Monday through Thursday, excluding holidays. Point of Contact: Ms. Teresa Leap, (973) 724-4672 Send offers via electronic mail to tleap@pica.army.mil on or before 9/21/03, 1700 hours (5:00 pm EST). Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quote is the responsibility of the offeror. Offeror shall complete a hard copy of FAR 52.213-3, DFAR 252.212-7000 and ARDEC 68 and return them with their company?s offer (to be forwarded under separate cover).
- Web Link
-
US ARMY TACOM-ARDEC Procurement Network
(http://procnet.pica.army.mil/cbd/RFP/03Q0614/03Q0614.htm)
- Record
- SN00432363-W 20030913/030911213410 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |