Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

58 -- Interviewing Recording System

Notice Date
8/28/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, 1001 761st Tank Battalion Ave, W103, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CMJ81831001
 
Response Due
9/2/2008
 
Archive Date
3/1/2009
 
Point of Contact
Name: Alison Frank, Title: Contract Specialist, Phone: 2542876435, Fax: 2542875354
 
E-Mail Address
alison.frank@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45CMJ81831001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-09-02 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACA Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001, Brand Name or Equal: The Interviewer Professional, Part #ISCCMS - The Interviewer Network based video/audio recording, Archiving and Case Management Base System: Case Management, Memo Storage, External Picture and Video Storage, Case Linking between related cases. The Digital Video and Audio of the interview will be stored in a case management software package that will have the following information, date-time, length of interview in hours, minutes, seconds, room location of interview, play feature of interview, save feature of interview to the viewing pc. The main encoder application must have a case management start button associated with the system, the system should allow the interview to be started prior to case assignment, and will alert the interviewer to associate the interview with a case at a future time. The recorder should have the ability to annotate key points in the interview during the interview. These key points then can be jumped too allowing the user to get to these points in the interview without having to listen to the entire video. Additionally, the system should allow annotation or bookmarks to be input at key points in the video after the interview has been completed. The product shall also allow the import of audio files from digital portables used for interviews out in the field. These audio interviews must be imported and have the ability of assigning a case number. The system should be capable of storing video and audio along with pictures, video, documents that have been generated outside of the interview system. This information should be in a case management system format that allows for this information to be retrieved. Additionally, the cases should have a linking feature so that other cases with other evidence generated from outside the interview room can be viewed providing the suspect is associated with the other cases. The player should be capable of authenticating that the video has not been tampered with. Includes software license and manual., 1, EA; LI 002, Brand Name or Equal: The Interviewer SQI Database CaseVault Storage of Interviews, Part #ISCSQL, 1, EA; LI 003, Brand Name or Equal: The Interviewer DVR (Model 3204) Case Management Appliance and Access Control Unit, Part #: ISCDVR; Room License to Record Video and Audio 400 gig Storage on March Network Video Appliance (2 rooms per unit). The system should not require proprietary software to view the interviews from any pc with the correct rights on the interview software. The system should be designed to utilize DVRs as the first line of video and audio capture with 400 gig minimum storage to be subsequently downloaded to a terabit long term storage device utilizing Microsoft Windows XP service pack 2 as a operating system or Windows xxxx server. The export system must have the ability to create DVDs and CDs playable in ANY STANDARD MICROSOFT WINDOWS PC. Includes software license and manual., 3, EA; LI 004, Brand Name or Equal: Network Server with Intel Pentium 3.4 MHz Dual Core Processor 1.5 Terabit Storage and RAID controller, Windows XP Pro OS, Keyboard, Mouse; Part # ICSSERVER1.5TB., 1, EA; LI 005, Brand Name or Equal: The Interviewer room License, Part #: ISCRML; to record video (1 per room)., 5, EA; LI 006, Brand Name or Equal: The Interviewer Partitioning: Department can be segmented so that each is independent to others, i.e. Robbery, Homicide, Internal Affairs, each separate by User ID and Password., 1, EA; LI 007, Brand Name or Equal: 620 line 2.6-6 millimeter color mini dome. Part #: Dome., 5, EA; LI 008, Brand Name or Equal: Microphone with 100i of cables, Part #: Camera., 5, EA; LI 009, Brand Name or Equal: Uninterruptible Power Supply 350 VA, Part #: UPS-350, 1, EA; LI 010, Brand Name or Equal: The Interviewer-Winscribe Digital Audio-Transcription System, Part # wsi3.8., 1, EA; LI 011, Brand Name or Equal: The Interviewer-Webdoc Document Case management, Part #: wdoc1.9, 1, EA; LI 012, Brand Name or Equal: Foot Pedal USB, Part #: VEC-IN-USB-1., 1, EA; LI 013, Brand Name or Equal: Transcription Headsets, Part #: VEC-SP-PC., 1, EA; LI 014, Installation and Training, 1, EA; For this solicitation, USA ACA Fort Hood 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses directly to clientservices@fedbid.com. 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. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com. Proposed responders must submit any questions concerning this solicitation before 2 Sep 08, 0900 CDT, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good until 30 Sep 08. FOB Destination CONUS (CONtinental U.S.)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dca4dec44aea7b891b1573a847a15424&tab=core&_cview=1)
 
Place of Performance
Address: Fort Hood, TX 76544<br />
Zip Code: 76544<br />
 
Record
SN01654577-W 20080830/080828223228-dca4dec44aea7b891b1573a847a15424 (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.