MODIFICATION
59 -- AUDIO LOGGER SYSTEM
- Notice Date
- 12/8/2009
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002892939011
- Archive Date
- 12/29/2009
- Point of Contact
- Leila S. Miller, Phone: (951) 413-2402, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
leila.miller@dma.mil, susan.madrid@dma.mil
(leila.miller@dma.mil, susan.madrid@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002892939011 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 effective 14 Oct 2009 and DFARS Change Notice 20091019. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that Para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable offer with acceptable past performance.” (3)QUOTE MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 14 DEC 2009 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 1 Each Unit Price: Total Amount: P/N: VR778 W/OPTS (or Equal) Manufacturer: Eventide, Inc. Description: AUDIO LOGGER SYSTEM 1 X 24 ANALOG STEREO BROADCAST RADIO FEEDS; 8 DIGITAL PBX PHONES; C/O: 1EA VR778 W/DUAL 250GB(41250HR) RAID1 INTERNAL HARD DISKS DIGITAL VOICE LOGGING RECORDER/REPRODUCER W/ETHERNET CONNECTION AND DUAL POWER SUPPLIES W/BLANK FRONT PANEL(#105181-000), 1EA DUAL 250GB REMOVABLE HARD DISK UPGRADE(#105184-007), 1EA FULL FRONT PANEL CONTROLLER W/COLOR TFT DISPLAY(#105173-001), 1EA UPGRADE TO TURBO CPU(#105181-001), 1EA UPGRADE TO HARDWARE RAID-1 500GB(#105185HWRD-2501), 2EA 24 CHANNEL ANALOG RADIO AND TELEPHONE RECORD CARDS(#105284-024), 1EA 8 CHANNEL DIGITAL PBX EXTENSION RECORD CARD(#105183P-008), 2EA MEDIAWORKS CLIENT LICENSE FOR 8 PCS ACCESS(#271007), 3EA QUICK INSTALLL KITS(#109033-003), 1EA RACK MOUNT SLIDE RAIL KIT 4 POST STANDARD(#108112); PWR RQMTS: 120-240VAC, 50/60HZ AUTO RANGING. FOB Destination to Fort Belvoir, VA Brand Name or equal item will be accepted for this requirement. The following is the salient characteristics of the required item: Disk based continuous audio logging system for 16 to 30 (min/max) simultaneous stereo channels. IP + POTs access; date/time user selectable for aural log review. Non-proprietary format recording platform with minimum 30 days storage capacity for lal channels; 220V/50Hz. Vendors quoting equal item must provide specs of the equivalent item. The Government will consider quotes only from “authorized resellers” of equipment manufacturer. GSA or OPEN MARKET prices will be considered. The contractor must bid on ALL items and must be quoted FOB destination. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002892939011/listing.html)
- Place of Performance
- Address: FORT BELVOIR, Virginia, United States
- Record
- SN02018882-W 20091210/091208234803-1dc6126741a15d281996d037872170a8 (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 |