Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2004 FBO #1013
SOLICITATION NOTICE

99 -- Speech Enhancement System

Notice Date
9/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
Reference-Number-4CID191
 
Response Due
9/8/2004
 
Archive Date
9/23/2004
 
Point of Contact
Lachon Langham, Contract Specialist, Phone 202-406-6940, Fax 202-406-6801,
 
E-Mail Address
llangham@usss.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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; written proposals are being requested and a written solicitation will not be issued. Solicitation number 4CID191 is issued as a Request for Quote (RFQ) through Federal Acquisition Circular 01-24. This action is a 100% small business set-aside. The NAICS code is 339999 and the small business size standard is 500. The U.S. Secret Service, Criminal Investigative Division has a requirement for a Speech Enhancement System. Proposed contractors shall provide pricing for one (1) each of the following line items: 0001) Speech Enhancement System SES-4 with 6 standard modules (Bank Limiter, Parametric EQ, Harmonic Notch, Adaptive Extract, Noise Reduction, Tone Removal); 0002) SES-4 Differential Module; 0003) SES-4 Telecom Enhance Module; 0004) SES-4 I.Q. Module; 0005) SES-4 Hum Removal Module; 0006) SES-4 Clip/Click Repair Module; 0007) SES-4 Smooth Adaptive Module; and, 0008) SES-4 Stereo Option. The Government intends to award a firm fixed price type contract. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: ?The Government intends to award a firm fixed price type order, to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, which includes price and acceptable past performance. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer?s name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Technical and past performance when combined, are more important than price.? 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. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-8, Utilization of Small Business Concerns; 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotes must contain the following: 1) Pricing for line items 0001 through 0008; 2) Detailed technical description; 3) Past performance information; and, 4) Completed and signed copy of the FAR 52.212-3, Representations and Certifications (July 2002 edition). Please note: All responsible offerors shall forward written quotes to E-mail address: Lachon.Langham@usss.dhs.gov. Facsimile responses are also acceptable. Our facsimile number is: (202) 406-6801. All written quotes are to be received no later than 2:00 P.M., (EST), September 8, 2004.
 
Place of Performance
Address: 950 H Street, NW, Washington, DC
Zip Code: 20223
 
Record
SN00663925-W 20040904/040902211547 (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 |
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.