Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
SOLICITATIONS

70 -- 70 -- DIGITAL VOICE RECORDER

Notice Date
September 5, 2001
Contracting Office
US Army Combined Arms Center and Fort Leavenworth, ATTN: ATZL-GCC, 600 Thomas Avenue, Fort Leavenworth, KS 66027-1389
ZIP Code
66027-1389
Solicitation Number
DABT19-01-Q-1040
Response Due
September 20, 2001
Point of Contact
Shelley Thomas, 913-684-1628
E-Mail Address
US Army Combined Arms Center and Fort Leavenworth (thomass@leavenworth.army.mil)
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT DESCRIBED IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THE ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PR OPOSALS ARE BEING REQUESTED AND WRITTEN A SOLICITATION WILL NOT BE ISSUED. *****This solicitation, #DABT19-01-Q-1040, is a Request for Quotation (RFQ), set-aside 100% for Small Business. The quotation document and incorporated provisions and clauses are t hose in effect through FAC 97-27. *****The associated North American Industry Classification System (NAICS) Code is 33422 and the small business size standard is 750. *****The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement consisti ng of the following: CLIN 0001: Digital Voice Recorder, Quantity of two (2) each. The software/hardware must be compatible with existing Pentium Class computers running under Windows NT V4/0/Windows 2000. Must be accessible by up to four (4) workstations over a network with an addressable TCP/IP address. The system must have the ability to playback up to eight (8) channels synchronously. Minimum channel capacity is eight (8) with the expansion up to forty-eight telephone and/or radio channels. Digital Storage must use high capacity, re-writable 9.4GB DVD-RAM disks. Hard drive is to be instant access with a minimum of 9GB and the ability to contain up to 1700 Channel hours of communication. The expandability to add a RAID-5 array for additional redund ancy and fault tolerance providing a hot swap and fail safe option. Must contain a digital transcriber feature so selected calls or time spans can be digitally copied from the record server to a workstation PC. This copy must maintain and appear exactl y as the original call with its original call with its original time, date, and call event information. Ability to combine multiple record servers into a single transcription. Ability to furnish transcription archive CD s to investigators for use in cour t proceedings that can be replayed on a standard multimedia PC. Ability to skip over silence for quick review of only the audio on a selected channel. Variable speed playback with pitch correction can be enabled for any playback. Ability to play audio to a standard audio-cassette using the headphone or line-out jacks of a workstation PC. System Security must contain but not limited to the following: Each user to be assigned a login name and password with rights assignable from full system to simple pl ayback only access. These rights can include Edit or View access to the Channel Map, Storage Map, User Map, Time Map, and System Maintenance. The system will generate the following logs: (1) Status Events All system status items including errors and f aults; (2) User Events All major user events; (3) Channel Events All recording channel events. The system must provide remote software and dial in capabilities for diagnostic and support to assist in resolving technical problems after installation. S ystem must interface with Motorola Quantar Radio system analog output, analog telephones along with digital interface for Nortel DMS telecommunications. Telephone service utilizes Nortel Networks MSL-100 super-mode Switch running MSL-07 software. Standar d analog service is provided on Nortel NT6x17AC line cards. Standard digital service is provided on Nortel NT6X21AC line cards. CLIN 0002: Installation and Technical Training for two (2) systems. Quotations will be evaluated in accordance with Federal A cquisition Regulation (FAR) Subpart 13.106-2 Evaluation of quotation of offers. *****The Government anticipates awarding one purchase order resulting from this combined Synopsis/Solicitation to the responsible contractor whose quotation, conforming to this Synopsis/Solicitation, will offer the best value to the Government, price and other factors considered. *****Contractors shall address all requirements in this combined Synopsis/Solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government s specifications of need. Failure to address a specification/requirement will be construed by the Government a s inability to meet the need or the contractor taking exception to it.***** The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-3, Offeror Representation and Certifications Comme rcial Items (ALL OFFERORS SHALL INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSAL); FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes of Executive Orders Commercial Items (in paragraph (b) the following clauses apply : FAR 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3), FAR 52.204-6, Contractor Identification Number Data Universal Numbering Systems (DUNS) Number, FAR 52.214-21, Descriptive Literature; DFARS 252.204-7004, Required Central Contractor Registration (MAR 1998); DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (NOV 1985); and DFARS 252.212-7001, Buy American Act and Balance of Payment Program). Clauses and Provisions may be accessed in full text at http:/ /farsite.hill.af.mil. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Enclosures), no later than 4:00 PM (CST), 20 September 2001, to ATTN: Shelley Thomas, Directorate of Contracting, 600 Thomas Avenue Unit #3, Ft. Leavenworth, KS 66027-1417. Faxed quotes will NOT be accepted. *****Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. *****Be advised that all interested parties must be register ed in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application via 888-227-2423 or visit www.ccr2000.com. Inquiries may be faxed to (913) 684-1610 and upon faxed or electro nic mail request, a copy of the bid schedule only will be faxed to prospective contractors. This announcement serves as the Quotation and all responses must be sent in hardcopy with the Quotation number visible.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010907/70SOL015.HTM (D-248 SN50W8V9)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on September 5, 2001 by Loren Data Corp. -- info@ld.com