SOLICITATION NOTICE
70 -- Audio Analysis Software - Statement of Work
- Notice Date
- 12/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731
- ZIP Code
- 01731
- Solicitation Number
- FA8707-11-R-0002
- Archive Date
- 1/11/2011
- Point of Contact
- Richard Bremer, Phone: 2109256748, Isaac Jones, Phone: 2109256737
- E-Mail Address
-
richard.bremer@us.af.mil, isaac.jones@us.af.mil
(richard.bremer@us.af.mil, isaac.jones@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Audio Analysis Software Statement of Work 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 FA8707-11-R-0002 is hereby issued as a Sole-Source procurement to Raytheon BBN Technologies Corp in accordance with Federal Acquisition Regulation (FAR) 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This solicitation is unrestricted and is advertised under the North American Industry Classification System (NAICS) Code: 541519, with a small business size standard of $25,000,000.00. The Government anticipates a firm-fixed-price award as a result of this solicitation. The AVOKE Call Browser is a commercial-of-the-shelf, on-demand software-as-a-subscription solution that records, analyzes and categorizes telephone calls. Request a proposal on the following item(s) and quantity(s): two (2) CPU AVOKE Call Browser Subscription License (1 year); Basic Training Course (up to 10 personnel on site); Advanced Training Course (up to 3 personnel on site); Technical Support (phone support M-F with 24 hr response time; on-site support with best effort, next day minimum, 72 hr maximum timeframe); File Import Tool; Selective CPU Testing in accordance with the attached Statement of Work. Award will be made on "all" or "none" basis. Required delivery shall be on or before 30 days after receipt of award. Place of delivery shall be ESC/HSJG, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226. The following FAR provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with 52.212-2, Evaluation--Commercial Items (Jan 1999) [paragraph (a) is as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; (iii) past performance. Technical and past performance, when combined, are approximately equal to cost or price]. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (Oct 2010), Alternate I (Apr 2002) with their proposal. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The following FAR clauses, either by reference or full text, apply to this acquisition: 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) [The clauses that are check marked as being applicable to this purchase are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)]. The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2010) [The clauses that are check marked as being applicable to this purchase are: 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2010); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7002, Requests for Equitable Adjustment (Mar 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002)]. 252.232-7010, Levies on Contract Payments (Dec 2006). The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [The fill in portion of this clause is: ESC Ombudsman: Col Mary E. McRae, Telephone: (781) 377-5106, Email: ESC.Ombudsman@hanscom.af.mil.] Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Submit signed and dated offer to: Department of the Air Force, ESC/HSJG, Attn: Capt Bremer, 3133 General Hudnell Drive, Suite 200, San Antonio TX 78226 at or before 12:00 P.M. Central Standard Time, 27 Dec 2010. Responses/offers must be sent electronically by email or fax. The POC for this solicitation is Capt Richard R. Bremer at (210) 925-6748 between the hours of 7:00 AM and 5:00 PM central daylight savings time or via e-mail richard.bremer@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8707-11-R-0002/listing.html)
- Place of Performance
- Address: ESC/HSJG, 3133 General Hudnell Drive, Suite 200, San Antonio, Texas, 78226, United States
- Zip Code: 78226
- Zip Code: 78226
- Record
- SN02342010-W 20101212/101210233804-f59ece378c4284ab8345f826a0848cfb (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 |