Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
SPECIAL NOTICE

70 -- SMALL BUSINESS EVENT. The pupose of this special notice is to inform the general public that the US Army Intelligence and security Command (INSCOM)is seeking small business concerns to fullfill this requirement.

Notice Date
4/6/2011
 
Notice Type
Special Notice
 
NAICS
512290 — Other Sound Recording Industries
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-11-T-0125
 
Archive Date
7/5/2011
 
Point of Contact
Andrea D. Knowles, (703) 428-4491
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(andrea.knowles@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W91QZ1088N025 Combined Synopsis/Solicitation Write-Up This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is W911W4-11-T-0125, and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular FAC 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 512290 with a small business size standard of $7 Million. This requirement is a 100% Small Business Set-Aside, and only qualified offerors may submit quotes. Any award resulting from this RFQ will be issued on Standard Form (SF) 1449 to the offeror whose quote is the lowest price technically acceptable to the Government, and will contain all clauses required by law, the Federal Acquistion Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The applicable provisions and clauses are as follows: 52.204-7 Central Contractor Registration (Apr 2008), 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2010), 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2010) [Those within 52.212-5 (52.203-13 Contractor Code of Business Ethics and Conduct, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.225-1 Buy American Act-Supplies, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration)], 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.222-44 Fair Labor Standards and Service Contract Act-Price Adjustment (Sep 2009), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated by Reference (Feb 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2010) [Those within 252.212-7001 (52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports)]. Quotes are due no later than 12:00 PM Eastern Standard Time (EST) 19 April 2011. All quotes shall be submitted via e-mail to Andrea D. Knowles at Andrea.Knowles@us.army.mil. Telephone communications are not acceptable in response to this notice. NO PARTIAL AWARDS WILL BE MADE. A RESPONSIBLE CONTRACTOR IS CONSIDERED ONE WHO BIDS ON ALL LINE ITEMS. All responsible sources may submit an offer which shall be considered by the agency. Quotes received after the specified due date and time will not be considered for award. For further information regarding this solicitation, view the attachments or contact Andrea D. Knowles at Andrea.Knowles@us.army.mil. See attached description of services. Description of Services ITEM NOSUPPLIES/SERVICESQUANTITYUNIT 00014Each Audiolog GLR MAX-PRO 96-Channel Combo Recorder Service Agreement C89-170-3003 Audiolog GLR MAX-PRO 96-Channel Combo Recorder (48 Digital and 48 Analog Channels) General Maintenance Agreement GLR NSA Package Includes: Dual Hot-Swappable 320GB Mirrored Hard Drives; Dual Hot-Swappable 400 Watt Power Supplies; Dual 9.4GB DVD-RAM Archive Drives; (1) Remote Playback Single Playback Client License - ALRC; (4) 4-Channel Remote Playback License - ALMCO4CL/TTD; (3) Instant Recall Remote Client License - ALIR; (2) Audiolog Remote Management Client License - AMC-Client; (1) Audiolog Remote Live Monitoring License - ALRM. Maintenance includes- Extended Warranty Agreement for 12 months for; hardware and software support; 24x7 software phone support; 48 hour turnaround for hardware support; Pricing includes Parts, Labor, and shipping including Federal Holidays. Product Service Dates: 30 Sep 2011 through 01 May 2012. This POP is less than 12 months coverage in order to co-terminate requirements. FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNIT 00024Each Audiolog GLR MAX-PRO/2X 96-Channel VOIP Recorder Service Agreement C89-170-3000 Audiolog GLR MAX-PRO/2X 96-Channel VOIP Recorder General Maintenance Agreement GLR NSA Package Includes: Dual Hot-Swappable 320GB Mirrored Hard Drives; Dual Hot-Swappable 400 Watt Power Supplies; Dual 9.4GB DVD-RAM Archive Drives; (1) Remote Playback Single Playback Client License - ALRC; (4) 4-Channel Remote Playback License - ALMCP4CL/TTD; (3) Instant Recall Remote Client License - ALIR; (2) Audiolog Remote Management Client License - AMC-Client; (1) Audiolog Remote Live Monitoring License - ALRM. Maintenance includes- Extended Warranty Agreement for 12 months for; hardware and software support; 24x7 software phone support; 48 hour turnaround for hardware support; Pricing includes Parts, Labor, and shipping including Federal Holidays. Product Service Dates: 02 May 2011 through 01 May 2012. FOB: Destination DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 0001 01-MAY-2011 4 CDR, 1ST IO CMD DUMPROFF, CAROL A. 8825 BEULAH STREET FORT BELVOIR VA 22060-5246 (703)-706-1565 FOB: Destination 0002 01-MAY-2011 4 (SAME AS PREVIOUS LOCATION) FOB: Destination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4-11-T-0125/listing.html)
 
Record
SN02418359-W 20110408/110406234506-b01c0f3d99e6e533dc807f753ca95299 (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.