Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2013 FBO #4239
SOLICITATION NOTICE

99 -- Law Enforcement Interview Room Upgrade, Fort Jackson, SC

Notice Date
7/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-13-T-XX1X
 
Response Due
7/16/2013
 
Archive Date
8/30/2013
 
Point of Contact
MAJ Andre Yee, 803-751-2593
 
E-Mail Address
MICC - Fort Jackson
(andre.m.yee.mil@mail.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. Under the authority of FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g. urgency, exclusive licensing agreements, brand name, or industrial mobilization) : the Mission and Installation Contracting Command (MICC), Fort Jackson, SC intends to negotiate and award a sole source contract to J&R Systems Integrators LLC for Case Cracker Interview System, Installation, Warranty and Training. The Fort Jackson Criminal Investigation Division requires the following: Install, maintain, warranty and conduct user training for CaseCracker software and system(s) for two Fort Jackson interview rooms. Scope A. The contractor shall provide the following equipment: 1. Each, CaseCracker workstations with CaseCracker software pre-installed, internal DVD burner, monitor, speakers, keyboard, mouse, 3-year hardware warranty and software license. System must have the capability to perform motion JPEG compression of video/audio for one interview room with two camera views per room. System must be able to store up to 1900 hours of video with at least 2 TBs of storage space. 2. Each, flagging kits to include, flag adapter, receivers, power supply and wireless key fobs. B. The contractor shall install the CaseCracker system(s): 1. Job location is CID Detachment, BLDG 5483 Marion Street Fort Jackson, SC 29207-6045 2. Design Development: contractor will submit design of system and optimal installation based on survey of installation site. 3. Load configuration program to allow system(s) to perform basic access control operation and security functions C. The contractor shall maintain the CaseCracker system(s): 1. Programming all essential elements of the system for optimal operation and performance. 2. Provide software upgrade/modifications as needed throughout the life of (3year) warranty. 3. Provide on-site warranty repair. D. The contractor shall warranty the CaseCracker system(s): 1. Provide three year warranty for software, hardware and peripheral equipment minus normal wear and tear. E. The contractor shall provide user level CaseCracker training: 1. Provide at least 15 hours of on-site user and administration level training The Contractor is to provide all resources to include labor, equipment, tools, materials, supervision and other associated work efforts for this requirement. This requirement will result in a Firm-Fixed price contract. The North American Industry Classification System (NAICS) is 334310. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties have ten (10) days from the date of this synopsis to submit in writing, to the identified point of contact, clear and convincing evidence of their qualifications and/or capabilities. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, pricing, and other information that demonstrates their ability to meet the Governments needs. Such qualifications and/or capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after ten (10) days, or without the required information, will be considered non-responsive to this synopsis and will not be considered. A determination by the Government not to conduct this effort as a full-and-open competitive procurement, based upon responses to this notice, is solely within the Government's discretion. All inquiries must be submitted in writing to the Contracting Specialist, MAJ Andre Yee at andre.m.yee.mil@mail.mil. Response to this notice must be received by 9:30AM EST 17 July 2013. Responses must include your business name, point of contact, address, and telephone number with area code. Telephonic inquiries will not be accepted. Contracting Office Address: MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Ave, Fort Jackson, SC 29207-5491 Point of Contact(s): MAJ Andre Yee, 803-751-2593 MICC - Fort Jackson
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3580e4d39027ac9eae2caf08100d8363)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN03104792-W 20130703/130701235101-3580e4d39027ac9eae2caf08100d8363 (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.