Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

70 -- Solicitation for 31 forensic duplicators/forensic imaging systems

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-14-T-0215
 
Response Due
9/19/2014
 
Archive Date
11/3/2014
 
Point of Contact
Steven M. Baum, 609-562-3560
 
E-Mail Address
ACC - New Jersey
(steven.m.baum2.civ@mail.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W15QKN-14-T-0215 Notice Type: Combined Solicitation/Synopsis Note: Offerors may use another format for submission of quotes. However, all quotes must contain the minimum information required under Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors, Commercial Items (April 2014). This is a combined synopsis/solicitation for commercial items in accordance FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Army Contracting Command - New Jersey (ACC- NJ) Information Technology Center, on behalf of the U.S. Army Criminal Investigation Command (USACIDC), has a need for thirty-one (31) new Forensic Duplicators. Specific requirements are detailed in the attached Statement of Work (SOW), dated 28 August 2014. The associated North American Industry Classification System (NAICS) code is 334118 (Computer Terminal and other Computer Peripheral Equipment Manufacturing); the Federal Supply Code (FSC) is 7025 (Automatic Data Processing (ADP) input/output and storage devices). In accordance with FAR 52.212-2, the Government intends to make an award to the Contractor who submits the lowest priced, technically acceptable quote. Offerors must meet the requirements as specified in the SOW. Offerors must include end user license agreement (EULA), extended specs and/or manufacturers name and part numbers (if applicable) by the end date and time of this Request for Quote (RFQ). Failure to provide this information may result in your quote not being considered. The anticipated award will be a Firm Fixed-Price Contract. Offerors must submit quotes on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 05-50. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Workflow (WAWF). WAWF is the Governments' mandatory payment method. Vendors/contractors are to be registered in WAWF to receive payment through Electronic Funds Transfer (EFT). If you are not currently registered in WAWF, please visit the following website: https://wawf.eb.mil/ to complete your registration. You must be registered in WAWF to be awarded any resulting contract. Additional instructions for WAWF registration are listed below. Deadline: Responses to this Request for Quote (RFQ) must be signed, dated, and received via electronic mail to the Contract Specialist, Mr. Steven Baum, at steven.m.baum2.civ@mail.mil no later than 1:00PM DST (Daylight Savings Time) on Friday, 19 September 2014. Responses should be marked with Solicitation Number W15QKN-14-T-0215. Vendor must include CAGE Code, DUNS #, Tax ID #, and EULA and delivery terms with quote. All quotes must be valid for a minimum of sixty (60) days. Questions or clarifications concerning this RFQ may be directed to the above Point of Contact (POC) or Maureen Coughlin, Contracting Officer. Maureen Coughlin, Email: maureen.e.coughlin.civ@mail.mil, Phone: (609) 562- 5015 Steven Baum, Email: steven.m.baum2.civ@mail.mil, Phone: (609) 562-3560 ITEM NO.DESCRIPTIONQTY.UNITUNIT PRICEAMOUNT 0001 Forensic Duplicator* 31 Each $________ $__________ *Please review the attached Statement of Work (SOW) for further description of the item. Place of Performance: All thirty-one (31) Forensic Duplicators shall be shipped to: US Army Criminal Investigation Command Attention: Mr. Gregory Norman 27130 Telegraph Road Quantico, VA 22134 Deliveries and Performance: FOB Destination - The contractor shall provide the thirty-one (31) Forensic Duplicators within thirty (30) days of contract award. Inspection and Acceptance: Supplies/services will be Inspected/Accepted by the Government; Freight on Board will be Destination. See Clause 52.211-4000, quote mark Commercial Packaging Requirements quote mark, for packaging instructions. Solicitation Provisions and Contract Clauses: All FAR clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this acquisition: FAR 52.000-4002, Level 1 Anti-Terrorist Awareness Training Requirements for Contractor Employees FAR 52.204-7, Central Contractor Registration FAR 52.204-14, System for Award Management Maintenance FAR 52.211-4000, Commercial Packaging Requirements FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certificates-Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.224-4001, Disclosure of Unit Price Information FAR 52.232-33, Payment by Electronic Funds Transfer- -Systems for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252-204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Request DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7000, Material Inspection and Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT FAR 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://arnet.gov/far http://www.farsite.hill.af.mil (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Commercial Items) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22U.S.C. 7104(g)). --Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved]. ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _XX__ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012)(section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) ___ (11) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Nov 2011)(15 U.S.C. 657a). ___ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (13) [Reserved] ___ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011) of 52.219-6. ___ (iii) Alternate II (Nov 2011) of 52.219-6. ___ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3). ___ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Jul 2010) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011)(15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (22) 52.219-25, Small Disadvantaged Business Participation Program Disadvantaged Status and Reporting (Jul 2013)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (23) 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (24) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011)(15 U.S.C. 657 f) ___ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)(15 U.S.C. 632(a)(2)). ___ (26) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (27) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _XX__ (28) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _XX__ (29) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _XX__ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _XX__ (31) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). ___ (32) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212). _XX__ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793). ___ (34) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212). ___ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ___ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38)(i) 52.223-13, Acquisition of EPEAT[supreg]-Registered Imaging Equipment (Jun 2014)+(E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (39)(i) 52.223-14, Acquisition of EPEAT[supreg]-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _XX__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _XX__ (43) 52.225-1, Buy American--Supplies (MAY 2014) (41 U.S.C. chapter 83). ___ (44)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109- 283, 110-138, 112-41, 112-42, and 112-43. ___ (ii) Alternate I (MAY 2014) of 52.225-3. ___ (iii) Alternate II (MAY 2014) of 52.225-3. ___ (iv) Alternate III (MAY 2014) of 52.225-3. ___ (45) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _XX__ (46) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (47) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (48) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (49) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)(42 U.S.C. 5150). ___ (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 4505, 10 U.S.C. 2307(f)). ___ (51) 52.232-30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 4505, 10 U.S.C. 2307(f)). _XX__ (52) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). ___ (53) 52.232-34, Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). ___ (54) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ___ (55) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (56)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: ___ (1) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). ___ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). ___ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215- 2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Oct 2010)(E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (viii) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). (xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Attachments: 1. Statement of Work, 28 August 2014 Statement of Work Statement of Work (SOW) for USACIDC Forensic Duplicators; 28 August 2014. PART 1 GENERAL INFORMATION 1.1 Description of Services/Introduction: The contractor shall provide Hardware and Maintenance Services as defined in this Statement of Work. 1.2 Background: As part of its mission to conduct criminal investigations for the Army the U.S. Army Criminal Investigation Command (USACIDC) is also required to conduct digital forensic examinations of digital media that may contain evidence pertinent to the offenses under investigations. To perform that function, highly specialized forensic imaging or duplicator devices are required to in order to make forensically sound bit for bit copies of hard disc drives from computers. The new large capacity hard disk drives cannot be read or duplicated using the current imaging duplication equipment. 1.3 Objectives: To acquire thirty-one (31) new Forensic Duplicators to use as lifecycle replacement for imaging devices that will not forensically duplicate large capacity hard disk drives. 1.4 Scope: The contractor shall provide the following: Thirty one (31) new Forensic Duplicators. The specifications for the Forensic Duplicators are as follows: SAS / SATA / USB 3.0 / FW multi-source / multi-destination forensic imaging solution. Includes the following: -Soft case -4 x SAS/SATA cables -1 x Firewire cable -1 x USB 3.0 type A cable -1 x USB A female to USB mini-B 5 pin male adapter -1 x USB A female to micro B male adapter -1 x USB 3.0 device cable, 3.5/2.5 quote mark IDE adapter -1.8 quote mark IDE adapter, ZIF IDE adapter -1 micro SATA converter - Power supply Disk to Disk Duplication Disk to DD File Duplication (FAT32, with the ability to span multiple destination disks) Disk to EnCase.e01 Image File Duplication. The ability to forensically duplicate all current hard drive types up to and including 4 terabyte (TB) HDDs formatted with 4096 byte sectors. Source Hashing (without duplication) Drive-speed/real-time MD-5 and SHA-1 Hashing (simultaneous) for duplication and hashing Destination Wiping (ATA Security Erase, 1-pass wipe, and 3-pass wipe) Destination Disk Formatting Source and Destination Blank Check (both automatic and menu-driven) HPA/DCO Support (ability to defeat/remove HPA and/or DCO) Native SATA or IDE on the source and destination 80 Character User Interface 2 USB Ports for Printing and/or Saving Reports to Thumb Drives (Planned for Rev 2) 1 Firewire Port for Fast Firmware Updates Upgradeable Firmware Offers Expanded Features 1.5 Period of Performance: The contractor will provide all 31 Forensic Duplicators within 30 days of award of the contract. 1.6 Place of Performance: All 31 Forensic Duplicators shall be shipped to: US Army Criminal Investigation Command Attention: Mr. Gregory Norman 27130 Telegraph Road Quantico, VA 22134 1.7 Type of Contract: The government anticipates award of a firm-fixed price (FFP) type contract. PART 2 SPECIFIC TASKS 2.1 Standard Services: The contractor shall provide technical support via phone, email and/or online support. PART 3 ARMY ELECTRONIC INVOICING INSTRUCTIONS 3.1 Invoice Instructions: In accordance with Department of Defense Federal Acquisition Regulations (DFARS) 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF, may be obtained by visiting http://wawftraining.com/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/562c8b237640a2171c2bcc13855b9964)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03496870-W 20140906/140905000527-562c8b237640a2171c2bcc13855b9964 (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.