Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2016 FBO #5263
SOURCES SOUGHT

58 -- CID CaseCracker Interview System

Notice Date
4/19/2016
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Benning, Bldg 6, Meloy Hall, Room 207, Fort Benning, Georgia, 31905-5000, United States
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF16RCID4
 
Archive Date
5/14/2016
 
Point of Contact
Edward Dingle, Phone: 7065455428, Louise J Bethay, Phone: 7065452251
 
E-Mail Address
edward.j.dingle.civ@mail.mil, louise.j.bethay2.civ@mail.mil
(edward.j.dingle.civ@mail.mil, louise.j.bethay2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT MASTER THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. The Mission and Installation Contracting - Fort Benning, Georgia, is conducting market research to determine availability of firms that are capable of providing CaseCracker Interview/Interrogation Recording and Management System. This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. 1. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. i. Description of the Requirement to Include: Description of Items/Services includes: all labor, material, equipment, incidentals, supervision and transportation to instillation of the case cracker systems with the work outlined below: a. Fort Benning CID Detachment, located at Fort Benning GA • Provide 6 Interview Rooms with case cracker capability. • Requires (3) 2-room systems. • Turn-key installation of the system to include: connecting all items from the peripherals package to the CaseCracker system. Includes professionally wiring and cabling the interview rooms and the monitoring room and properly configuring CaseCracker audio, video, and software settings. • Also includes comprehensive training on the system. b. Fort Polk CID Detachment, located at Fort Polk, LA • Provide 3 Interview Rooms with case cracker capability. • Requires (1) 2-room systems and (1) 1-room system. • Turn-key installation of the system to include: connecting all items from the peripherals package to the CaseCracker system. Includes professionally wiring and cabling the interview rooms and the monitoring room and properly configuring CaseCracker audio, video, and software settings. • Also includes comprehensive training on the system. c. Fort Rucker CID Detachment, located at Fort Rucker, AL • Provide 4 Interview Rooms with case cracker capability. • Requires (2) 2-room systems. • Turn-key installation of the system to include: connecting all items from the peripherals package to the CaseCracker system. Includes professionally wiring and cabling the interview rooms and the monitoring room and properly configuring CaseCracker audio, video, and software settings. • Also includes comprehensive training on the system. d. Eglin CID Detachment, located at Eglin, FL • Provide 2 Interview Rooms with case cracker capability. • Requires (1) 2-room systems. • Turn-key installation of the system to include: connecting all items from the peripherals package to the CaseCracker system. Includes professionally wiring and cabling the interview rooms and the monitoring room and properly configuring CaseCracker audio, video, and software settings. • Also includes comprehensive training on the system. ii. Any construction changes made for the instillation / wiring of the rooms must be returned to its original configuration prior to instillation, to include the patching of holes and paint to its original color. iii. The Instillation Company will be responsible for the transportation of its personnel, to include meals and lodging. The Company will be responsible for the shipping of any equipment required for the instillation of the CaseCracker systems and proper recovery of the instillation site in order to return it to its original condition prior to instillation. iv. Provide a training session to all available Soldiers, after the completion of instillation, to ensure familiarity with the system by the daily users. v. Provide customer support / technical support at all locations listed in this scope of work from 0800-1700 on weekdays, with a 1 hour response time in order to resolve any issues regarding the case cracker system. vi. Provide a 3 year warranty on hardware and software. vii. Provide software updates for 3 years. If web based updates are not available, provide the software updates via mail with explicit instructions. Be available within 1 hour of contact to resolve any issue regarding the successful updates of software. viii. All work shall be in accordance with (IAW) all applicable codes and standards including but not limited to: e. U.S. Army Corps of Engineers Criminal Investigation Command Facilities Standard Building Design Criteria dated 12 December 2011 f. Department of Army Polygraph activities Regulation AR 195-6 g. Unified Building Code (Most recent edition). h. National Electrical Code i. National Fire Protection Agency requirements j. Installation Design Guide. k. Fort Benning Environmental Considerations as listed on the projects FB-144R. l. Comply with all Local, State, and Federal NPDES laws and guidelines. m. United States Army Corps of Engineers, Safety and Health Requirements Manual EM 385-1. Applicable edition at award. n. TM 111 Guidance provided in United States Army Training and Doctrine Command (TRADOC) Force Protection Program (FPP); Unified Facilities Criteria (UFC) for buildings. o. International Plumbing Code - ICC-IPC p. ASHRAE q. I3A ix. All Fire Protection and Mass Notification shall be IAW with Fort Benning SOP guidelines. 2. The estimated period of performance: 1 July 216 through 30 April 2017. 3. NAICS code for this requirement: 334310, Used Household and Office Goods; with a size standard of 750 employees FSC Code: 5810 Interested firms responding to this synopsis are to include the following information: 1. Firm's name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address. 2. Firm's capability to perform the REQUIRED service. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. Describe your recent and relevant contracts performed within the past three years for the same or similar service as required in the draft PWS. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements. 3. Firm's business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.). 4. Responses are limited to email correspondence, and limited to 20 pages. Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government will not review general capability statements, please ensure submissions are tailored to this requirement(s) of the above request. The Government will not return any information submitted in response to this synopsis. Questions shall be submitted via email to the POC below. Questions regarding this Sources Sought announcement shall be submitted NLT 0800 Eastern Standard Time (EST) on 25 April 2016. After this deadline, questions will not be considered regarding this announcement. Additional Info: Additional documentation Contracting Office Address: MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000 Place of Performance: MICC - Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA 31905-5000 US Point of Contact(s): Edward Dingle Jr., 706-545-5428
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5ecfff9b67f49a39fb0629ce0c62ac5)
 
Place of Performance
Address: 6650 Meloy Drive, Suite 250, Fort Benning, Georgia, 31905, United States
Zip Code: 31905
 
Record
SN04088713-W 20160421/160419234656-c5ecfff9b67f49a39fb0629ce0c62ac5 (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.