Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
MODIFICATION

58 -- Fort Carson intends to award a firm-fixed-price contract for an Integrated recording system. **This modification is to change the response date for quotes from 3 August 2012 to 6 August 2012**

Notice Date
7/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-12-T-0153
 
Response Due
8/6/2012
 
Archive Date
10/5/2012
 
Point of Contact
Nicole Mintus, 526-3841
 
E-Mail Address
MICC - Fort Carson
(nicole.mintus@us.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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. Quotes shall reference solicitation number W911RZ-12-T-0153. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. Fort Carson intends to award a firm-fixed-price contract for an Integrated recording system. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750 employees. This requirement is a 100% small business set-aside and only qualified offerors may submit quotes. All CLINs shall be quoted FOB Destination to Ft Carson, CO 80913. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Integrated recording system, capable of monitoring and recording four interview rooms:Qty: 1 EA ** Recording system shall meet or exceed the below minimum specifications** Minimum Specifications: DVR/CPU Minimum Requirements: Dual processor motherboard 2GB RAM 2 TB HDD media storage 500 GB HDD Software/OS Expandable storage capability via USB, Fire-Wire or other non-proprietary interface/connections Non-proprietary output to DVD/CD of individual interviews for viewing in other computers & set-top players, with the capability to book-mark key interview points, and the ability (proprietary if necessary) to show absence of editing of original audio/video capture. Ability to monitor and record (audio & video) four (4) simultaneous interviews independently Audio output with speakers or headphones to monitor 4 interviews simultaneously Quad-screen (split image) monitor capability to view 4 simultaneous interviews System capability to record individual interviews up to 12 hours in duration 8 channel recording system, with ability to expand 4 additional IP channels 120 Images Per Second recording capability (30 IPS per camera input) Capable of using analogue or IP camera inputs No less than 21-inch color monitor User interface software, GUI, keyboard, mouse as necessary to operate system 10X digital zoom capability of video Uninterruptable Power Source (UPS) of sufficient capacity to operate system for 30 minutes in the event of power loss Sufficient cables/connectors to connect to interview room(s) 120 feet away Capability for remote user interface & monitoring over LAN or WAN Input/Recording/Interview Room System Requirements: Four wall-mount color hi-resolution (minimum 550-Line) video cameras capable of 0.001 LUX capture @ no less than 30 FPS with power supplies (independent or from CPU) Four hi-resolution microphones Four wall-mount switches to independently start & stop recordings Sufficient cables with appropriate connectors to functionally link 4 cameras, 4 microphones, & 4 switches to CPU/DVR/Monitoring Station 120 feet away Warranty/Technical Support: 3-Year On-Site Warranty & lifetime (remote) technical support Total Cost $ __________ FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. 52.212-3 with Alt I (Offeror Representations and Certifications - Commercial Items) 252.209-7999- Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a)In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1)Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interest of the Government. (2)Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b)The Offeror represents that- (1)It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2)It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) 252.225-7031 Secondary Arab Boycott of Israel Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.219-6 (Notice of Total Small Business Set-Aside) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-19 (Child Labor-Cooperation with Authorities and Remedies) 52.222-21 (Prohibition of Segregated facilities) 52.222-26 (Equal Opportunity) 52.223-18 (Encouraging Contractor Policies to Ban Text Messaging While Driving) 52.225-1 (Buy American Act-Supplies) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.247-34 (F.O.B Destination) 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://farsite.hill.af.mil/___ 252.203-7000 (Requirements Relating to Compensation of Former DOD Officials) 252.204-7003 Control of Govt Personnel Work Product 252.204-7004 Alternate A (Central Contractor Registration), 252.211-7003 Alternate I (Item Identification and Valuation) 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) 252.232-7010 (Levies on Contract Payments) 252.243-7001 (Pricing of Contract Modifications) 252.247-7023 Alternate III (Transportation of Supplies by Sea) 5152.233-4000 (AMC Level Protest) AMC-LEVEL PROTEST PROGRAM (NOV 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 5152.209-4000 (Antiterrorism) The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. Questions concerning this solicitation shall be addressed to Nicole Mintus, Contract Specialist, and e-mailed to nicole.m.mintus.civ@mail.mil. All questions or inquires must be submitted in writing no later than 1:00 p.m. Mountain Standard Time on 1 August 2012. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 2:00 p.m. Mountain Standard Time on 6 August 2012. Quotes shall include all specifications, descriptions, pictures and any other relevant information to verify the items offered meet the specifications listed in the solicitation. Provisions shall be checked and returned to Nicole Mintus. BAA certificate shall be filled out and returned to Nicole Mintus. Quotes and all other documents may be e-mailed to nicole.m.mintus.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/287697f51da094bdb958a55030f19fac)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02820526-W 20120801/120731000600-287697f51da094bdb958a55030f19fac (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.