Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
SOLICITATION NOTICE

58 -- Mercom Recorder

Notice Date
9/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-Q-0332
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
BRAND NAME for MERCOM RECORDING SYSTEM RFQ #: FA4809-06-Q-0332 The 4th Contracting Squadron, Seymour Johnson AFB, NC intends to compete a Brand Name procurement. Required items are: CLIN 0001: Recorder, 48 Channel, MFR: Mercom, P/N GLR-MAXPRO-ANALOG-048, QTY 1 EACH. CLIN 0002: Installation and Training IAW SOW, QTY 1 LUMP SUM. This is a combined synopsis/solicitation to compete this Brand Name requirement. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-06-Q-0332. The NAICS code 334210 applies to this solicitation. The size standard is 1000 Employees. This purchase will be made under Simplified Acquisition Procedures and Other Than Full and Open Competition as authorized by FAR 6.302-1 (c ), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice is a request for competition for this Brand Name. SEE ATTACHED STATEMENT OF WORK. STATEMENT OF WORK 1. Scope: Configure, install and test all Mercom recording equipment. 2: Materials: All materials will be provided by the contractor. 3: Location: Provide a 1 day class to be taught at Seymour Johnson AFB Fire and Emergency Services, Fire Station 1, upon completion of install. 4: Cleanup: The contractor is responsible to return all work sites to the condition in which they were found. 5. Employees: The contractor shall ensure all employees working on Seymour Johnson Air Force Base possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: http://www.dol.gov/compliance/guide/aw.htm#whowhich) 6: Warranty: One year. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION MERCOM RECORDING SYSTEM 1. CONTRACTING ORGANIZATION: The contracting organization responsible for this action is the 4th Contracting Squadron, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC, 27531. 2. DESCRIPTION OF ACTION: The action required is for the purchase of a Mercom Recording System to record emergency radio and telephone traffic from the Emergency Communication Center for the Fire and Emergency Services Flight of the 4th Civil Engineering Squadron, Seymour Johnson AFB, NC 27531. 3. DESCRIPTION OF SUPPLIES: The purchase of a Mercom Recorder, to include installation and training. 4. AUTHORITY: The statutory authority permitting other than full and open competition for this acquisition is 10 U.S.C. 2304(c)(1) and the Federal Acquisition Regulation Part 6.302-1(c). 5. APPLICABILITY OF AUTHORITY: Mercom Recorders are designed to meet the needs of a wide range of voice recording applications in dispatch centers that are equipped with the Positron Life Line 100 Controller. The Positron Life Line 100 is currently being used in the Emergency Communications Center on Seymour Johnson AFB. This is the only recorder capable of integrating with the Positron system and will allow for automatic playback for Emergency Communications Center dispatchers. This ensures that the information is correct and emergency crews are given proper information. Without this recorder the Fire and Emergency Services flight will not be able to adequately record and monitor emergency traffic to meet National Fire Protection Agency 1221 requirements IAW DODi 6055.6. 6. EFFORTS TO OBTAIN COMPETITION: A notice for competition for this Brand Name requirement is being posted to the Federal Business Opportunities website as required by FAR 5.2, 6.302-1(c) and 11.105. Mercom Systems, Inc. has several distributors to include Carolina Recording System (authorized distributor for this region which includes North and South Carolina). 7. FAIR AND REASONABLE COST: This requirement was found on GSA; however, this does not include installation and 1 day of training. Market Research determined that the Government could obtain competitive pricing by posting the requirement on the Federal Business Opportunities website. Per Steve Lomax, Carolina Recording System offers this requirement for the same amount and includes installation and training at no cost to the Government. The price has been determined fair and reasonable IAW FAR 13.106-3(a)(2)(i). 8. MARKET SURVEY: There are recorders available such as NICE and Voice Print but they do not record information such as the phone number, address and caller's name. The Mercom Recorder is the only recorder available that records all of this information. 9. OTHER FACTS: N/A 10. INTERESTED SOURCES: Carolina Recording System and Mercom Systems, Inc. 11. STEPS TO FOSTER COMPETITION: See paragraphs 6 and 8. 12. TECHNICAL REQUIREMENTS/PERSONNEL CERTIFICATION: The using activity has certified that the technical requirements and certifications are complete and accurate. 13. CONTRACTING OFFICER CERTIFICATION: The Contracting Officer?s signature on the Justification Review Document represents certification that the justification is accurate and complete to the best of his/her knowledge. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order ? Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-1 Notice to the Government of Labor Disputes, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses (DFARS Chapter 2), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report, AFFARS 5352.201-9101 Ombudsman. Primary Point of Contact is SSgt Michael Demers at (919) 722-5405 and Alternate is 1st Lt. Michael Quinn at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 19 Sept 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. E-mail quotes accepted at michael.demers@seymourjohnson.af.mil or michael.quinn@seymourjohnson.af.mil. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Oppurtunities website (http://www.fbo.gov) only.
 
Place of Performance
Address: 2020 JABARA AVE SEYMOUR JOHNSON AFB NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01143533-W 20060916/060914220738 (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.