Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2004 FBO #0989
SOLICITATION NOTICE

59 -- Software and Hardware for the Electronic Proving Ground, Fort Huachuca, Arizona

Notice Date
8/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-04-R-EPGJTRS
 
Response Due
8/12/2004
 
Archive Date
10/11/2004
 
Point of Contact
VIRGINIA MILLER, 520-538-3978
 
E-Mail Address
Email your questions to ACA, White Sands Missile Range
(virginia.miller@epg.army.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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutions): 15 each, Automated File Transceiver (AFT) Software (Stand Alone), p/n VQT010; 60 each, High Quality USB Audio Capture Unit, p/n VQT250; 60 each, Wireless Adapter Kit, p/n VQT206; 15 each, four port USB Hub, p/n SA040; Custom VQT Setup for EPG using AFT; 1 each, VQT SW - PAMS, PSQM, PESQ, p/n VQT004; 2 each, Adobe Audition Multitrack Sound File Viewing and Editing Software (formerly Cool Edit), p/n SA026. Required capabilities: Automatic File Transfer. 1. Provide a means for the user to define/select multiple digital voice files on a computer and automatically send those files in an analog format across the network with no further user input. 2. Provide the capability to automatically receive and record the voice files received with user specified file names on a second computer. 3. The number of files sent and received will be limited only by the size of the host computer hard drive. 4. Provide the capability of concurrently testing not less than four separate network paths on each host computer. Voice Quality Testing : 1. Provide measurements of Voice Quality over all types of Networks including Voice Radio, ATM, VOIP, PS TN, and Cellular. 2. Include scoring capability for Perceptual Analysis/Measurement System (PAMS ) per ITU Rec. P.800, Perceptual Speech Quality Measurement (PSQM/PSQM+) per Rec. P.861, and Perceptual Evaluation of Speech Quality (PESQ) per Rec. P.862. 3. Provide subjective quality scoring of speech codecs, overall subjective listening quality, objective measurement of subjective listening tests on telephony systems without requiring actual subjective testing. Provide a software system to compare the o riginal file sent with the received file and provide a numerical score directly related to the Mean O Score (MOS). FOB Destination (Fort Huachuca, Arizona 85613). Net 30 with Credit Card Option for Payment. Offers are due no later than 1300 hours, Thurs day, 12 August 2004 and shall be submitted electronically at virginia.miller@epg.army.mil. EVALUATION CRITERIA / PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the Requirement, Proposed Delivery Schedule and Price. For additional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978, (520 559-2921 or virginia.miller@epg.army.mil. The Synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and 2001-23. The NAICs is 334515. The size standard is 500. This requirement is a small business set-aside. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to Offerors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to the acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, and furnish Offeror 's Federal Tax Identification Number, Cage Code, Central Contractor Registration Number, DUNS Number and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditio ns Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR 52.219-8, Utilization of Small Business Concerns. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Place of Performance
Address: ACA, South Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, Building 56301, Room 126, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN00639798-W 20040811/040809212405 (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 |
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.