SOLICITATION NOTICE
58 -- 48 Channel Audio Logger Recording Playback System
- Notice Date
- 8/19/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island, Building 54C, Alameda, California, 94501-5100
- ZIP Code
- 94501-5100
- Solicitation Number
- HSCG89-08-Q-6PD440
- Archive Date
- 9/17/2008
- Point of Contact
- Michael Hassett, Phone: (510) 437-3010, Darrell J. Pridgen,, Phone: (510) 437-2735
- E-Mail Address
-
Michael.T.Hassett@uscg.mil, darrell.pridgen@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This is a combined synopsis/solicitation for commercial item 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. The Request for Quotation number is HSCG89-08-Q-6PD440 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-23. This acquisition is unrestricted. The NAICS is 334210. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following: Statement of Work: 48 Channel Audio Logger Recording Playback System GENERAL REQUIREMENTS Integrated system will provide 48 channels of logging and audio capture with a system-wide storage capacity with a minimum of 5,900GB. A separate, dedicated workstation will be included for audio editing, archival storage, and backup. The server will be expandable to 128 drives and over 250 channels. All hardware and software will be included for installation/integration to existing audio sources in the US Coast Guard facility (Meridian-1 PBX digital T1/PRI line and multiple analog lines are brought out). The Fibre channel disk array is to be expandable to over 35TB, giving the option of keeping years of recordings on-line. SERVER SPECIFICATIONS An independent dedicated dual Xenon based audio logging server housed in a 4-U rack mount enclosure provides reliable non-stop recording. Additional channels may be added without server shutdown. Two 24-channel USB audio capture units with 40dB ALC on all channels provides the 64Kbps recording speed required to accurately reproduce conversations without distortion. A standard fast Ethernet interface connects to the local LAN for secure playback from existing workstations. A 5,400GB Fibre Channel disk array system is provided for call storage. This array uses dual power supplies and eighteen highly reliable 10,000 RPM 300GB FCAL hard drives in removable trays. Software RAID provides flexible redundant operation. The large storage capacity gives long-term online storage and eliminates time wasted searching through archival DVDs. Formatted capacity varies depending on RAID disk configuration. A gigabit Fibre Channel interface with support for up to 128 FCAL drives expands easily as recording needs grow. Additional storage may be added without shutting down the server. Fast and Gigabit Ethernet interfaces connect to the user LAN/WAN. Redundant hot-plug disk storage power supplies can be serviced with the system running. The failure of a single disk drive or disk power supply will not affect the recording performance. An audible alert sounds when service is required. A standard 25-pair cable connects directly to a customer-provided RJ-21x with analog audio sources. Dual 500GB internal boot drives are provided in removable cartridge trays. A full OEM Windows 2008 Server license with 5 Client Access Licenses assures network compatibility and conforms to industry standards. Security and playback permissions are easily controlled using standard Windows security. PLAYBACK WORKSTATION SPECIFICATIONS A separate Dual Xenon based audio editing unit housed in a 4-U rack-mount enclosure ensures that recording is never interrupted by network outages or even when the editing PC is restarted. This unit offers playback, editing, and archival features. By locating the editing unit and logger on a separate network node, both recording and editing will continue uninterrupted throughout network outages. This workstation may optionally be mounted on a desktop instead of the recording rack. Dual archiving devices include both a fast 52X E-IDE CD-RW drive and a 16-40X DVD+/-RW drive for reliable backups and rapid production of recordings. Dual 500GB internal boot drives are provided in removable cartridge trays. A switch is normally provided to ensure that Ethernet connection between the recorder and playback workstation remains available even during LAN/WAN outages. Electronic KVM switching permits convenient access to playback and recording units from a single 21 rack-mount LCD monitor and keyboard. Capture unit, server, workstation, and all related hardware and options are shipped prewired and installed in a shielded locking 7 foot rack. A Windows Vista Ultimate operating system workstation license is included with the playback workstation. EXTENDED WARRANTY AND 24x7 RAPID RESPONSE SERVICE REQUIRED This application is a mission critical recording situation and requires rapid service response. The extended warranty includes travel and on-site visits as necessary to maintain and upgrade the logger on an ongoing basis. An 800 number is provided for 24x7 extended warranty support. Periodic security, operating system, and application upgrades are included. A service tech will be available onsite within 4 hours day or night, 365 days a year who will take immediate corrective action. OTHER REQUIREMENTS System must support direct recording of phone lines, handsets, and radios without reconfiguration. System must support concurrent recording and playback, including playback of calls on all channels while they are being recorded. System must be capable of simultaneously recording 24 channels per recording module. Each recording module must operate independently of any playback workstation or archival device. System must include a real time player to provide means of redundant recording and playback of all recent calls via LAN/WAN workstations. System must provide a means of real-time playback without delay. Playback must remain operational regardless of server, LAN, or WAN outages. System must be capable of audio editing and concatenating across multiple files with the ability to convert to any standard audio format, including MP3,.WAV, G.723, etc. System must provide digital watermarking of all calls to establish a chain of custody. This watermarking must remain within the call recording file itself and be visible without proprietary software. The watermark must include a secure header and checksum within each audio file. System must provide a method to append an audible announcement of the time, date, and recording agency within the call recording. System must include a redundant disk array for fault-tolerant storage of recordings. The array must include a minimum of 9 drives and be expandable to at least 125 drives. A spare disk drive in hot-plug cartridge must be provided. This system must be expandable to sustain a minimum of 2 years recordings on disk array without the need to back-up to archival media. System must include Microsoft certified security to securely control access to recordings. System must include a server and separate playback workstation. Each dual CPU must have speed of at least 3.4GHz and a minimum of 4GB of memory. System must provide SAN connectivity for rapid backup and transfer of recordings to network devices including, DLT, DVD, or CD-R/RW media. System must provide a real-time, full-color graphic LCD display of activity and true VU levels on all channels at all times. System must permit simultaneous secure playback of an unlimited number of channels on at least five workstations via Ethernet connection. System must provide a true real-time playback of any or all audio channels which remains fully operational regardless of network outages, server shutdowns and updates, etc. System must support a minimum recording rate of 64KBps u-law and a minimum of 40DB Motorola standard automatic level control to allow undistorted reproduction of voice, modem, and FAX data. A minimum recording quality of 64Kbps must be sustained on all recording and playback channels simultaneously. System must have an option to automatically compress recordings that have not been accessed after a period of time to conserve storage space. System must include software capable of scanning recordings for DTMF, caller ID, and PRI data. AWARD: This purchase will be based on the following criteria: Lowest price meeting or exceeding the minimum requirements. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.225-1, Buy American ActSupplies, 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Aug 2007), FAR 52.225-13, Restrictions of Certain Foreign Purchases, FAR 232.33, Payment by Electronic Funds Transfer-Central Contactor Registration, 52.222-41, Service Contract Act of 1965 (Nov 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires, and FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on 02 September 2008, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific (fcp-4), Bldg. 54C, Coast Guard Island, Alameda, California 94501-5100, Attn: Mr. Michael Hassett, faxed to (510) 437-3014, Attn: Mr. Michael Hassett or emailed to Michael.t.hassett@uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name, address, email, point of contact, and telephone number of the offeror; (3) price (COMPLETE PRICE BREAKOUT) and discount terms, (4) Tax ID Number and (5) DUNS Number.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a53ad4e303240719c77557f7d878dc52&tab=core&_cview=1)
- Place of Performance
- Address: Coast Guard Island, Alameda, California, 945015100, United States
- Zip Code: 15100
- Zip Code: 15100
- Record
- SN01644474-W 20080821/080819223004-a53ad4e303240719c77557f7d878dc52 (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 |