Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2010 FBO #3046
SOLICITATION NOTICE

58 -- AUDIO LOGGER SYSTEM

Notice Date
3/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
HQ002892939011-1
 
Archive Date
4/27/2010
 
Point of Contact
Leila S. Miller, Phone: (951) 413-2402, Susan Reier, Phone: 202-433-3510
 
E-Mail Address
leila.miller@dma.mil, susan.reier@dma.mil
(leila.miller@dma.mil, susan.reier@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: THIS IS A RE-SOLICITATION OF A REQUIREMENT POSTED UNDER SOLICITATION NUMBER HQ002892939011 THAT WAS CANCELLED AFTER AWARD BECAUSE OF DEFECTIVE SPECIFICATIONS. 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 HQ002892939011-1 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 2005-38 effective 10 Dec 2009 and DFARS Change Notice 20091229. (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.” Technical evaluation will be based on product specifications in compliance with Government specifications as indicated in the item description and the salient characteristics as specified in this solicitation. (3)QUOTE MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 12 APR 2010 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: 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 1500GB(#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 RAILL KIT 4 POST STANDARD(#108112); PWR RQMTS: 120-240VAC, 50/60HZ. ABOVE LINE ITEM IS DESCRIBED FROM MFR EVENTIDE, P/N VR778 W/OPTS OFFEROR'S Brand Name: __________________; P/N: ___________________ See FAR Clause 52.211-6 FOB 30 DAYS ARO TO FORT BELVOIR, VA Brand Name or equal item will be accepted for this requirement. Vendor providing equal item must provide specifications of the proposed equal brand manufacturer. The following are the salient characteristics of item requested herein: Digital Voice Logging Recorder/Reproducer, Eventide p/n: #105181-000-VR778 with options. Logs forty eight (48) analog voice circuits 24/7/365 plus eight (8) digital PBX Phone extension line inputs. Dual Hot-Swappable removable disk drives in hardware RAID-1 mirror with minimum total channel storage of 30 days at 16Kb/s rate per channel; Dual internal hard disk drives with hardware RAID-1 mirror providing total channel minimum storage of sixty (60) days at 16Kb/s rate per channel ; 100 Mb/s or 1Gb/s Ethernet RJ-45 interface; dual power supplies with hot swappable dual voltage, 120/240 VAC 50/60Hz, auto-switching power supplies. Full operator administration and control using integrated front panel TFT display and Cursor Knob, Keypad, Soft Keypad or vendor provided maximum 1-RU height color monitor/keyboard/mouse (KVM). All equipment will be rack mountable and supplied with 4-post sliding rack mount rails. Includes all signal and control modules required to record eight (8) digital PBX lines and forty-eight (48) analog audio channels with ability to expand to 80 analog channels within supplied chassis. Installation kits supplied complete with minimum 2.4m connecting cables and quick connect punch-down blocks. Client Licenses for 16 users with concurrent access connections. System will provide administrative access control for multiple users, groups and permission sets that are assignable per recording channel. Unit will be configured to “tie” two mono channels together for recording and playback purposes, providing a “left, right” channel set for stereo audio record and monitoring. Minimum functions each channel will provide are continuous monitoring, search to a user specified date/time, simultaneous record/play, rewind, fast forward, variable speed playback and ability to save user selected portions of recorded signals in a non-proprietary unencrypted file format. System components provided must be rack mountable and fit within a vertical rack space not exceeding nine (9) inches. Vendor will provide warranty hardware support and software updates including security patches at no additional cost for a minimum period of one year following delivery. 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 52.211-6 (Brand Name or Equal) (AUG 1999) 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/HQ002892939011-1/listing.html)
 
Place of Performance
Address: DMA-CRP BELVOIR, FORT BELVOIR, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02104257-W 20100328/100326235335-9078776313dad33b383d73bd0ba96fa4 (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.