Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2009 FBO #2741
SOLICITATION NOTICE

66 -- DISPATCH CENTER LOGGING RECORDERS

Notice Date
5/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Land Management, National Centers Region, L OC-NOC SVC & SUPPLIES SEC(OC663)DENVER FEDERAL CENTERDENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L09PS00606
 
Response Due
6/4/2009
 
Archive Date
7/4/2009
 
Point of Contact
Snodgrass, Stanley A 303-236-6498, stanley_snodgrass@blm.gov<br />
 
E-Mail Address
Snodgrass, Stanley A
(stanley_snodgrass@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation L09PS00606 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System (NAICS) code is 334220; small business size standard of 750 employees. This is a total set-aside for small business. This will be a firm fixed-price contract for the Bureau of Land Management. SUPPLY AND DELIVER: All items match this description. Archive capable Digital/Analog voice/call logging recorder configured to 40 Analog channels, expandable to 200 analog and configurable to 240 digital channels for future expansion.-Windows 2000 professional or better operating system-Digital Logging Recorder Software-SQL Database - Dual 10/100 Mbps Base T Ethernet Network-Rack Mountable-Security Keyed and windows security provisions-Performance >10Kbps frequency response 300 to 3000 Hz with >40 dB signal to noise and AGC fully adjustable per channel-Record Activation-VOX, Ring, CDI, DTMF, Off Hook, Connection-Record Termination-VOX, Silence, Data, On Hook, Call Release- Warning tone on analog lines-Recording management- Instant Recall, Archiving and Cataloging Media-Windows 2000/XP Immediate Instant recall/playback, Channel Monitoring and Recorder Management via PC workstations, for 3 Dispatch Position that is expandable-Dual DVD-Ram Drive for Archival Storage (series or parallel configurable)-Raid 5 Array w/3 Hot Swappable 250 GB Hard Drives for instant recall and On-line Storage w/>70,000 Ch-Hrs of on line storage-Graphical User Interface / 17 Color LCD Display-Keyboard, Mouse, and Speakers-2 each 4.7/9.4GB Single Sided Discs-Remote Maintenance Interface w/56 K Modem- System to include all Recent Platform Firmware Upgrades- Satellite time Synchronization must be included to time sync the Logging Recorder, Dispatching Console System, Wild CAD Server and Local Network together via a GPS Satellite Clock Synchronization Systems This solicitation has 4 line items. 011 each for Moab Utah Fire Dispatch Center021 each for Richfield Utah Fire Dispatch Center031 each for Color Country Utah Fire Dispatch Center041 each for Unite Basin Utah Fire Dispatch Center SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: 1) Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the specified Fire Dispatch Centers in Utah. Price to include installation at specified Fire Dispatch Centers. Provide at least 48-hour notification to the COR prior to delivery, delivery and installation shall be determined by mutual agreement between the COR and the contractor. COR information shall be provided in the subsequent contract. 2) Acceptance - Final inspection and acceptance of the culvert will be made by the Government at the place of delivery. QUOTATIONS SHALL INCLUDE: 1) Unit price and Total Amount; 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below)3) Quoters shall submit signed and dated quotes on letterhead stationary or SF-1449. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: 52.212-1 Instruction to Offerors - Commercial Items: Addendum to section (h) Not Applicable; 52.212-2 EvaluationCommercial Items:(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government, past performance, price and other factors considered. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. The Government may reject any or all quotes and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. Technical and past performance, when combined, are more important when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and CertificationsCommercial Items: shall be completed as noted below and submitted with the quote. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their quote. 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 (including 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33). Quotations shall be mailed to Bureau of Land Management, National Operations Center (OC653), Denver Federal Center Building 50, P.O. Box 25047, Denver CO 80225-0047, e-mailed to stanley_snodgrass@blm.gov, or facsimile at (303) 236-9421, by close of business, Eastern Standard Time on or before June 4, 2009. For questions contact Stan Snodgrass at (303) 236-6498. Additional information is available at https://www.fedconnect.net.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS00606/listing.html)
 
Record
SN01828153-W 20090529/090527235321-042476500e432b6646239221187ac823 (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.