SOLICITATION NOTICE
58 -- Nice Focus II Logging System
- Notice Date
- 6/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-04-T-0035
- Response Due
- 7/2/2004
- Archive Date
- 7/17/2004
- Point of Contact
- Gregory Moore, Contract Specialist, Phone 719-333-2264, Fax 719-333-9103, - Joy Christie, Contracting Officer, Phone (719) 333-3961, Fax (719) 333-4404,
- E-Mail Address
-
gregory.moore@usafa.af.mil, joy.christie@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-04-T-0035, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23, 5 May 2004. The North American Industrial Classification System (NAICS) number is 334210 and the business size standard is 1000 Employees. The proposed contract is 100% set aside for small business concerns. LINE ITEM 0001: BRAND NAME ONLY - Voice Recording / Logging System, Nice Call Focus II. Recording capability of (up to) 48 hardlines and Land Mobile Radio. Up to 66,000 hours of on-line recording capacity readily available for retrieval and playback. Convenient playback over LAN, phone, or speaker, using a simple and straightforward user interface. Operates on MS Windows 2000 and MS SQL 2000. One box solution designed for low maintenance requirements. Search by date and time, channel name, duration, user-entered comments, caller ID and any other combinations. 32 analog input channels and 32 digital input channels. 24 inputs of ISDN lines. Mixed analog and digital interfaces in same box. RAID 1 support. Redundant power supply. Dual archiving devices. Connectivity to switch CDR port for caller - ID and DNIS number extraction. (Up to) 3-year tech support and 3-year software maintenance support required. (Up to) Five-year hardware (extended) warranty with online support is required. Ability to provide on-site installation / training services is required. Shipping containers shall be marked to indicate the purchase order number, quantity, nomenclature and name of contractor Delivery requirement: The FOB for this RFQ is Destination to ZIP Code 80840. Proposals received with other than FOB Destination pricing may not be considered. The requested delivery date is NLT 31 July 2004. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items, no addenda applies: The provisions at 52.212-2-, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming too the solicitation that will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item and 2. Price. Technical capability will be evaluated to ensure item meets the government?s end use requirements. Price and technical capability are of equal importance. This will be determined by comparing differences in each offeror?s technical capability and experience with differences in price to the government. In making this comparison, the government is just as concerned with ensuring technical capability as it is with making an award at the lowest overall price to the government. Since technical capability is approximately equal to price, the government reserves the right to select a contract at other than the lowest price. Quotes that are unrealistic in terms of price may be rejected. Price will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The provision is included as an attachment to this solicitation. The following clauses apply to this acquisition. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 21, 23, and 24. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001. The following addenda apply to this acquisition: 252.204-7004(Alt A), Required Central Contractor Registration (Nov 2001) and 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999). Quotes must be received NLT 4:00 PM (Mountain Time Zone), July 2nd, 2004 at the following address: Greg D. Moore, C/O 10th MSG/LGCB, Contracting Flight/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Greg D. Moore, 719-333-9103 or emailed to gregory.moore@usafa.af.mil.
- Place of Performance
- Address: USAF Academy, CO
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN00608392-W 20040625/040623212211 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |