Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

74 -- Digital Voice Recording System

Notice Date
3/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1577121019
 
Response Due
3/19/2012
 
Archive Date
3/1/2013
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1. GENERAL INFORMATIONThis is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1577121019. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-55 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 334119 and the small business size standard is 500 employees. 2. REQUIREMENTYellowstone National Park has a requirement for a Digital Voice Recording System. The following are the minimum specifications required of the unit: The digital voice recorder/logging system will include the below listed features.1. Channel Requirements: 10 Nortel/Meridian Digital 911 phone lines, 20 Analog or P25 VOIP Radio Channels, 10 Avaya VOIP phones, 5 Analog POTS phones2. The system will be compatible with current NICE Wordnet 3 recorder. The new system will be able to search and replay original calls recorded on current Wordnet 3 recorder using the same interface as the new system.3. The user interface, system configuration, and incident reconstruction will be web based. (No client software)4. The system will have a buffer such as a hard disk where data will reside before being sent to an archive system. (No RAM resource for short term storage) The archiving system will be capable of storing archives on a non-proprietary LAN/WAN attached storage device.5. The system will have the capability to receive and install software upgrades via WAN/LAN, internet, or dial-up circuit.6. The system will be capable of retaining the last 75,000 hours worth of most recent recording on-line for instant access, independent of the removable media and independent external storage devices on the LAN.7. The system will perform a full, automatic, periodic backup of call records database without interfering with playback, searching, or archiving. No system shutdown will be required and the backup timeframe will be definable by the system administrator.8. The system will allow for time synch of its internal time code to external time sourcing (currently a SpectraCom Net Clock), GPS time source, or IRIG B time source. It will also be programmable to provide automatic daylight savings time compensation.9. Search for recording will be made through a single query or a series of queries to the call database via an interface to allow for prompt retrieval of recording that match specific criteria. Available search criteria required are: Date - Customizable channel name - Channel number - Call Duration - Call notations, flags - CTMF Codes - Extension Number - Call Direction (incoming or outgoing) - ANI/ALI - Caller ID - PTT ID from P25 radio subscriber units.10. The system will allow for activation/deactivation of spoken time announcement to be associated, saved, and exportable with specific recording. 11. The system will be Windows based and be password protected for specific levels of the recorder operations. It will provide multiple levels of security, including access to specific drives and groups of call recordings, down to the channel level of access.12. All files in a scenario allow for replay in sequence or in overlay or overlapping, as they originally occurred. Audio controls will be available on a per channel basis.13. The system will allow for export of the "incident" and transfer for playback to recipients outside of the recording system environment by email or other means.Quoted price must include delivery to Yellowstone National Park, Mammoth Supply Center, Building 34, Yellowstone National Park, WY 82190 Delivery is required no later than 30 days after receipt of order 3. CLAUSES AND PROVISIONSOfferors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluati0318on factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies52.219-6 Notice of Total Small Business Set Aside52.219-8 Utilization of Small Business Concerns52.219-14 Limitations on Sub Contracting52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration52.223-18 Contractor Policy Ban Text Messaging while Driving52.252-2 Clauses Incorporated by Reference 52.223-10 Waste Reduction Program - "Recycling" means the series of activities, including collection, separation, and processing, by which products or other materials are recovered from the solid waste stream for use in the form of raw materials in the manufacture of products other than fuel for producing heat or power by combustion. "Waste prevention" means any change in the design, manufacturing, purchase, or use of materials or products (including packaging) to reduce their amount or toxicity before they are discarded. Waste prevention also refers to the reuse of products or materials. "Waste reduction" means preventing or decreasing the amount of waste being generated through waste prevention, recycling, or purchasing recycled and environmentally preferable products. (b) Consistent with the requirements of Section 701 of Executive Order 13101, the Contractor shall establish a program to promote cost-effective waste reduction in all operations and facilities covered by this contract. The Contractor's programs shall comply with applicable Federal, State, and local requirements, specifically including Section 6002 of the Resource Conservation and Recovery Act (42 U.S.C. 6962, et seq.) and implementing regulations (40 CFR part 247). 4. PROPOSALQUOTES ARE DUE for this combined synopsis/solicitation on March 19, 2012 at 4:30 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. INSTRUCTIONS FOR PROPOSAL CONTENT: Quotes shall address the specification SEQUENTIALLY and shall demonstrate your capability to meet all specifications (if responses are located in accompanying product literature, please cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of your capabilities. Failure of the Vendor to comply with sequentially addressing all specification or simply restating requirements or noncompliance with any of the RFQ instructions may result in your proposal being rejected and eliminated from further consideration. Proposal cover sheet shall include the following information: Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ Line Item 0001: Digital Voice Recording System$__________ REFERENCES: Name:_________________Company: ______________Phone:_________________Email:_______________ Name:_________________Company: ______________Phone:_________________Email:_______________ Name:_________________Company: ______________Phone:_________________Email:_______________ END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1577121019/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 821900168
 
Record
SN02687348-W 20120303/120301235649-5e7ebeeeb5756520eca71792d6a0e69c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.