Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

70 -- Voice Recording System Software/Hardware

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Bur Of Immig & Custom Enforcement, Washington, DC 20536
 
ZIP Code
20536
 
Solicitation Number
INVIT-06DV4-0017
 
Response Due
6/27/2006
 
Archive Date
7/17/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. The solicitation number is INVIT-06DV4-0017 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, June 27, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Williston, VT 05495 The DHS-Immigration and Customs Enforcement requires the following items, EXACT MATCH ONLY, to the following: LI 001, Activ! Voice Recording License. Per Activated Channel. Part #: VP-AVSW Manufacturer: Voice Print International, Inc., 288, EA; LI 002, D-Channel Monitoring channel manager. Licensed per activated digital recording channel. Part #: VP-DCHL, 288, EA; LI 003, Voice Recording Multi-Server Support. Per recording server in excess of 1. Part #: VP-MSS, 2, EA; LI 004, Enables Activ! Voice to capture agent and associated that data with call files via work station log-in. Requires each agent has unique agent log-in name & password. Per workstation. Part #: VP-Login, 288, EA; LI 005, Voice Print Maxi Chassis - Win2003 Server - RAID 1: Dual 250 GB SATA Drives. Part #: VP-4U-RAID1, 3, EA; LI 006, Monitor, Keyboard, Mouse and Speakers Package. Part #: VP-PERIPHERALS, 1, EA; LI 007, 24 Port Digital Interface Card. Part #: VP-Digital-24, 12, EA; LI 008, Mirroring 9.4 DVD-Drive Upgrade, includes Voice Print Dual DVD-RAM activation license, an additional DVD-RAM Drive with 1-double sided 9.4 GB DVD-RAM blank media. Part #: VPDVD-2, 3, EA; LI 009, 4 Port KVM Package includes (4) 10 foot cables. Part #: VP-KVM-4Port Pkg, 1, EA; LI 010, One year Gold Level Maintenance Service for HW/SW (Warranty Service)., 1, EA; LI 011, Project Management, Configuration & Installation Service & Informal Training on Activ! Voice (including Travel Expense & Shipping). Services include "staging" the hardware and software, loading the software and voice boards, 48 - 72 hours "burn-in" testing and quality assurance, preparing the equipment for proper transport to end user customer site., 1, LOT; For this solicitation, DHS-Immigration and Customs Enforcement intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Immigration and Customs Enforcement is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Mae Kim at Mae-Cha.Kim@dhs.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to Mae-Cha.Kim@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines.
 
Web Link
www.fedbid.com (a-28461, n-2635)
(http://www.fedbid.com)
 
Place of Performance
Address: Williston, VT 05495
Zip Code: 05495
Country: US
 
Record
SN01074445-W 20060623/060621220315 (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.