COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15, 2001 PSA #2915
SOLICITATIONS
70 -- DIGITAL/ANALOG SIGNAL MONITORING, RECORDING, PLAYBACK EQUIPMENT=20
- Notice Date
- August 13, 2001
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, (USASOC), ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-01-Q-0020
- Response Due
- August 29, 2001
- Point of Contact
- Barbara Bowles, Contract Specialist, Phone 910-432-8598, Fax 910-432-9345, Email bowlesb@soc.mil
- Description
- The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the Purchase and Delivery of a Digital/Analog Signal Monitoring, Recording, Playback Equipment with Commercial Product Warranty and an Extended Service Contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. All quotes must reference the Request for Quotation number USZA92-01-Q-0020. Solicitation document and incorporated provisions and clauses are those in effect through FAC 97-23. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 334210. The size standard is 1000 employees. This requirement is 100% set aside for small business. Each requirement shall meet the following minimum specifications. Contractors are encouraged to propose more than one product that will meet the government need. The contracting officer will evaluate each product as a separate offer. Digital/Analog Signal Monitoring, Recording, Playback Equipment with Commercial Product Warranty and an Extended Service Contract. 1). Compatibility: Product shall be compatible with the AT&T Definity PBX. 2). Capability: Each unit shall be capable of and/or licensed for: Recording, storing, and retrieving a minimum of 32 digital channels. Furthermore, one half or a minimum of 16 recording channels within each unit shall be user configurable to record analog lines; Record telephone and/or radio conversations using WAV files; Live monitoring. 3). Specifications: Each unit shall: Have a minimum voice storage capacity of 5,000 hours; Have network software and connectivity that allows search, playback and management features to be performed over a LAN; Have a DVD-Ram backup drive capable of storing a minimum of 9.4 GB; Contain dual redundant power supplies and cooling fans; Have a minimum of 128 MB RAM, upgradeable; Have a remote diagnostics capability; Operate in a Windows NT environment; Contain a Sound Card. 4). Mobility: Rack Mounted Unit; Configured for permanent installation within a 19" communications rack; Transportable Cabinet Unit. This full-featured mobile unit shall be outfitted to act as a redundant backup for the rack mount unit. The unit shall be sufficiently rugged and capable of being easily transported for use nationwide. The optimum product would be a single-man carry, easy to pack, everything in one box unit which would require only a monitor and keyboard/mouse or a laptop to access and operate. 5). Support: A manufacturer extended maintenance agreement with advanced replacement shall be available to cover the purchased product. Any software upgrades published during the contract period shall be provided. Extended warranties shall be identified as such, shall indicate the term, and shall be priced separately. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina, no later than 1 December 2001. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a" of the provision: "Quotes will be evaluated as to technical acceptability, delivery, price, and past performance. Technical acceptability will be determined by the government during technical review. Vendors shall submit clear item specifications and drawings to be used in the government technical review as well as a narrative description of the products attributes. A best value award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government."; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 29 August 2001. Fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include price, proposed specifications, proposed installation date, and drawings, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in FBO/CBD. Point of contact for this requirement is Ms. Barbara L. Bowles, Contracting Officer at (910) 432-8598.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/ODA/USSOCOM/FortBraggNC/USZA92-01-Q-0020/lis ting.html)
- Record
- Loren Data Corp. 20010815/70SOL005.HTM (D-225 SN50U856)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on August 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|