Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
SOLICITATION NOTICE

63 -- Location Monitoring Equipment and Monitoring Services - Package #1 - Package #2

Notice Date
2/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922150 — Parole Offices and Probation Offices
 
Contracting Office
United States Judiciary, Administrative Office of the U.S. Courts, Procurement Management Division, One Columbus Circle, NE, Suite 3-250, Washington, District of Columbia, 20544, United States
 
ZIP Code
20544
 
Solicitation Number
USCA14R0006
 
Point of Contact
Mary H. Mace, Fax: 202-502-1066, Michelle R Hupp, Phone: http://www.uscourts.gov/Home.asp
 
E-Mail Address
Mary_Mace@ao.uscourts.gov, michelle_hupp@ao.uscourts.gov
(Mary_Mace@ao.uscourts.gov, michelle_hupp@ao.uscourts.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - USCA14R0006 Attachment B - USCA14R0006 Attachment A USCA14R0006 Solicitation USCA14R0006 The Administrative Office of the US Courts (AOUSC) has a requirement for the provision of location monitoring services and equipment, complying with required equipment specification for defendants and offenders under community supervision by the United States Probation and Pretrial Services Offices in judicial districts nationwide. Location monitoring equipment and services shall be used to monitor federal defendants/offenders in the United States, Guam, Puerto Rico, and the U.S. Virgin Islands. The contractor shall provide location monitoring services via the use of contractor provided electronic monitoring equipment. This system shall detect the location of defendants/offenders and shall have the capacity to transmit results remotely through a secured telephone connection or form of secured wireless transmission. The contractor shall, at a centrally located monitoring center/facility, receive, store and disseminate information generated by the monitoring equipment and system. Any services provided through a subcontractor arrangement may be performed at a separate center/facility, provided that they encompass an entire system (e.g., programmed contact system; electronic monitoring system), and are transparent to the officer in the remote access environment. The AOUSC plans to award one contract for a 5 year period with one base year and 4 one-year options. See Solicitations USCA14R0006 for complete requirement as follows:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AOUSC/OIS/WashingtonDC/USCA14R0006/listing.html)
 
Place of Performance
Address: United States, Guam, Puerto Rico and the U.S. Virgin Islands, United States
 
Record
SN03288565-W 20140215/140213234309-74a134a0134cede93c59b926f4948d65 (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.