SOLICITATION NOTICE
58 -- Mission Recording and Playback Kit
- Notice Date
- 2/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-16-T-0083
- Archive Date
- 3/12/2016
- Point of Contact
- Kimberly Wheeler, Phone: 256-895-1509, Paul C Daugherty, Phone: 256-895-1697
- E-Mail Address
-
kimberly.wheeler@usace.army.mil, paul.c.daugherty@usace.army.mil
(kimberly.wheeler@usace.army.mil, paul.c.daugherty@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation Number: W912DY-16-T-0083. The solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 and are listed below. They can be viewed full text by accessing http://farsite.hill.af.mil. (iv) This requirement is being advertised as Full and Open under NAICS Code 334111 -Electronic Computer Manufacturing, business size standard is 750 employees. (v) Contract Line Items. Contractor shall submit a quote in accordance with the items listed below with a price per CLIN and total price overall. All quotes shall include shipping costs FOB Destination for delivery to the end-user location identified. CLIN 0001 Mission Recording and Playback Kit for delivery to 103 ACE 8 EA CLIN 0002 Mission Recording and Playback Kit for delivery to 109 ACE 8 EA CLIN 0003 Mission Recording and Playback Kit for delivery to 116 ACE 8 EA CLIN 0004 Mission Recording and Playback Kit for delivery to 117 ACE 8 EA CLIN 0005 Mission Recording and Playback Kit for delivery to 123 ACE 8 EA CLIN 0006 Mission Recording and Playback Kit for delivery to 128 ACE 8 EA CLIN 0007 Mission Recording and Playback Kit for delivery to 133 ACE 8 EA CLIN 0008 Mission Recording and Playback Kit for delivery to 134 ACE 8 EA CLIN 0009 Mission Recording and Playback Kit for delivery to 141 ACE 8 EA CLIN 0010 Mission Recording and Playback Kit for delivery to 255 ACE 8 E (vi) DESCRIPTION: The vendor shall provide Control and Reporting Center (CRC) Integrated Digital Mission Recording and Playback Kits, as defined in this solicitation. The vendor shall provide combination digital video and audio recorders with required peripheral items, as specified below. The digital recorders will connect to the CRC Operations Modules as a standalone appliance providing digital recording and playback technology. The system will capture the VGA based high definition display that operators use while working a duty position and combine the audio from an adapter placed in line with the operator's headset. The recorder will combine the capture video and voice inputs into a synchronized time-stamped data stream that can be stored and played back for training. INSTRUCTIONS: Kits are to be assembled from the items listed below, in the quantities specified. Each kit will be comprised of the below seven (7) items, Brand Name or Equal, in the quantities specified. All items shall contain new items in their original packaging and will include manufacturer's warranty, if applicable. LIST OF KIT ITEMS (Brand Name or Equal): 1. VGADVI Recorder with Big Red button, Part ESP0444, Manufacturer Epiphan (QTY 1 per kit) 2. Power over Ethernet converter (w/power), Part PD-3501G/AC, Manufacturer Microsemi (QTY 1 per kit) 3. Cat6 24AWG UTP Ethernet Network Patch Cable, 3ft Blue, Part 2114, Manufacturer Monoprice (QTY 2 per kit) 4. VGA Y Cable, DE15 to Dual DE15 Female, part YVG449, Manufacturer Hosa Technology (QTY 2 per kit) 5. C2G - VGA adapter - DVI-A (M) - HD-15 (F) - white, Part 78001364, Manufacturer Lenovo (QTY 2 per kit) 6. Super VGA (SVGA) Monitor Cable, 10ft, Male-Male, Part 87, Manufacturer Monoprice (QTY 2 per kit) 7. Digital Audio Recorder Adapter for Helicopter, Part PA-80H/Digital, Manufacturer Pilot Communications USA (QTY 2 per kit (vii) DELIVERY/DESTINATION: A total of eight (8) kits will be mailed to the ten (10) addresses below. Each kit will be comprised of the items listed above - in the quantities specified. Delivery will be no later than 30 days ARO. 1. 103 ACS 206 Boston Post Rd Orange, CT 06477-3224 2. 109ACS 765 North 2200 West Salt Lake, UT, 84116-2999 3. 116 ACS 91588 Rilea McCarter Rd Warrenton, OR, 97146-9711 4. 117 ACS 4320 N. Perimeter Rd. Hunter AAF, GA, 31409-5802 5. 123 ACS 10649 McKinley Rd. Blue Ash, OH, 42542-3793 6. 128 ACS 100 Independence Drive Camp Douglas, WI, 54618-5001 7. 133 ACS 1649 Nelson Ave Fort Dodge, IA, 50501 8. 134 ACS 52850 Jayhawk Dr Suite 5 McConnell AFB, KS, 67221-9009. 9. 141 ACS Punta Borinquen RS P. O. Box 250201 Aguadilla, PR, 00604-0201 10. 255 ACS 312 47th Street Gulfport, MS, 35907-4313 (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) Evaluation: The provision at 52.212-2 does not apply. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors are: Factor 1 - Technical - The quoted items must meet the specifications defined in paragraph (vi) of this solicitation and the delivery requirements of paragraph (vii) of this solicitation. Factor 2 - Price will be evaluated as the total quoted amount of all priced items. The Government will evaluate all aspects of the price for fairness, reasonableness, and unbalanced pricing. The Government intends to award without discussions. However, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible quote from a technical and pricing standpoint. (x) All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: X--(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). X--(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). X--(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X--(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). X--(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X--(28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). X--(29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X--(30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). X--(31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). X--(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X--(33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). X--(36) (i) 52.223-13, Acquisition of EPEAT(r) Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). X--(38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (xiii) ADDITIONAL CONTRACT REQUIREMENTS: All items quoted are to be New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The following clauses are incorporated by reference. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.215-7008 Only One Offer OCT 2013 252.225-7021 Trade Agreements-Basic OCT 2015 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7017 Notice of Supply Chain Risk NOV 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7023 Transportation of Supplies by Sea APR 2014 (xiv) DPAS: N/A (xv) Responses to this RFQ must be signed, dated, and received via electronic mail no later than 2:00 PM EST (Central Standard Time) on 19 February 2016. Responses should be marked with solicitation number W912DY-16-T-0083; these and all other correspondence may be directed to the below POC. Additional POC contact information is as follow: POSTAL ADDRESS: U.S. Army Corps of Engineers, HNC Directorate of Contracting, 4820 University Square, Huntsville AL 35816-1822. (xvi) POINT OF CONTACT: Kimberly Wheeler, Contract Specialist, at (256) 895-1509, or kimberly.wheeler@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-T-0083/listing.html)
- Place of Performance
- Address: U.S. Army Corp of Engineers, HNC Directorate of Contracting, 4920 University Square, Huntsville, Alabama, 35816, United States
- Zip Code: 35816
- Zip Code: 35816
- Record
- SN04019536-W 20160214/160212234457-753bccfbe2581625dde03688e64f46f7 (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 |