SOLICITATION NOTICE
58 -- Voice Logging System
- Notice Date
- 9/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
- ZIP Code
- 32403-5526
- Solicitation Number
- F4A3503182A002
- Archive Date
- 9/28/2013
- Point of Contact
- Codey Williams, Phone: 8502833634
- E-Mail Address
-
codey.williams@us.af.mil
(codey.williams@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ** Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. This requirement is being solicited subject to the availability of funds. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost.** This is a combined synopsis/solicitation for commercial items 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 that are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3503182A002 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 334290. The business size standard is 750 employees. Contract Line Item Numbers (CLINS): 0001: DI Reliant II-CS5-HD6-DVD1-SAL48 (brand name or equal) • 48 analog input channels • single DVD-RAM drive. • Windows XPe embedded OS. • 500 GB hard drive array storing 200,000 hours of audio. • The logging system must also include call classification, agent notes, call tagging for incident/mission recreation audit logs, system reports and statistical graphic reports, converged call reports for call traffic, and channel volume. All calls must be tagged with date, time, duration, caller ID, DTMF, and ANI if present on analog line. • 3-year tech support and 3-year software maintenance required. • 5-year hardware extended warranty with online support required. • Ability to provide on-site installation/training services required. • Capability to provide technical on-site response time of 24 hours or less. 0002: Installation and training of the voice logging system. • On site installation and on site user training for voice logging system described in CLIN 0001. • Installation must include installation in 19" mounted racks. 19" rack to be furnished and installed by contractor. • Cables must be labeled upon installation. • Full installation and customer acceptance is required. Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being insured and shipped to Tyndall AFB, FL 32403. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 - System for Award Management 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Maintenance 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.233-1 - Disputes 52.233-3 - Protests after Award 52.233-4 - Applicable Law For Breach Of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirements to Inform Employees of Whistleblowers Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A - System for Award Management Alternate A (DEV) 252.211-7003 - Item Identification and Valuation 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Statue 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 - Wide Area Work Flow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.247-1023 Alt III - Transportation of Supplies by Sea (May 2002) Alternate III 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - ACC Ombudsman Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. All invoicing shall be submitted electronically through Wide Area Work Flow. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 13 September 2013, 4:00PM (CST). Award may be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. If you have any further questions, please contact SrA Codey Williams at codey.williams@us.af.mil or at 850-283-3634.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ace243c4e86a8de6f69d7170e69d8cb6)
- Place of Performance
- Address: Tyndall AFB, Panama City, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03180596-W 20130911/130909235927-ace243c4e86a8de6f69d7170e69d8cb6 (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 |