Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2003 FBO #0524
SOLICITATION NOTICE

71 -- Installation of Automated Tracking Software using RFID technology at two locations to be compatible with the filing system hardware.

Notice Date
5/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Supply Service (FSS), National Furniture Center (3FN-CO), Washington, DC, 20406
 
ZIP Code
20406
 
Solicitation Number
3FNC-AF-03-01
 
Archive Date
6/19/2003
 
Point of Contact
Rose Hudgens, Contract Specialist, Phone (703) 305-5839, Fax (703) 305-7183, - Rose Hudgens, Contract Specialist, Phone (703) 305-5839, Fax (703) 305-7183,
 
E-Mail Address
rose.hudgens@gsa.gov, rose.hudgens@gsa.gov
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number 3FNC-AF-03-01.is a Request for Proposals (RFP). The RFP document and incorporated provisions and clauses are those in effect through FAC 2001-13. This RFP is issued under Full and Open Competition and is unrestricted. NAICS Code 51820 applies. Size Standard $21M The requirement is: 1. To install automated tracking software system that serves two (2) locations, and provides automated record identification capabilities compatible with the filing system hardware. Automated tracking software will employ Radio Frequency Identification (RFID) technology and the contractor will convert existing item identifiers to the installed RFID system. 2. To pack approximately 100,000 personnel records (46,000 L.F.I) from the 1st floor of the CGHQ building (2100 2d Street SW, Washington, DC) and deliver and install on the 11th floor of Ballston Common Office Complex (4200 N. Wilson Blvd., Arlington, VA) beginning Friday, June 13, 2003 and finishing by Monday, June 16, 2003. RFID system conversion to begin and finish within 30 days. This requirement is for a firm fixed price contract. Award will be based on best value evaluation using criteria in the following order of importance: Technical approach, past performance, and price. Technical evaluation factors are more important than price. The Government intends to evaluate proposals and make award without discussions. A site visit (vendor conference) is to be held at the Requestor?s site on May 1, from 2:00p to 4:00 p (EST). Questions and Answers from this meeting will be posted as soon as practicable after meeting via FedBizOpps. Technical proposal must demonstrate: 1. Knowledge and understanding of the requirement.; and 2. Overview of methodology guiding performance of the technical requirements identified in this notice, and a general description of how your technical approach will be applied to accomplishing the requirements. Past Performance must: 1. Demonstrate a satisfactory level of performance for similar task complexity. Successful contract must provide chronological record of at least five successful systems conversions that utilized RFID software. 2. Provide POC telephone numbers and physical location, and a brief title with task description. The price proposal must identify a firm fixed price for the tasks to be performed. The requirement is for a Commercial-off-the-Shelf (COTS) product and related support services. Products and services shall be Section 508 Compliant. Services are non-severable. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Proposals shall include a completed copy of the provisions at FAR 52.212-3. FAR 52.212.4 applies to this acquisition. FAR 52.212-5 applies to this acquisition. The following additional FAR clauses apply to this acquisition: 52.203-6, 52.219-8, 52.219-9, 52.219-14, 52.222-21, 52.222-26;52.222-35; 52-222-36, 52.222-37, 52.222-19, 52.225-1, 52.225-5, 52.225-13, 52.225-16, 52.232-33, 52.232.36, 52.239-1, 52.222-41, 52.222-42, 52.222-43, 52.222-44 and 52.222-47. Additional requirements. None. DPAS. Not Applicable. Numbered Notes. Not applicable. Offers are due (original + 2copies) no later than May 15, 2003, 3:00 pm local EST to John Whitfield via fax at (703) 305-5208 or e-mail john.whitfield@gsa.gov for information regarding this notice or requirement. CO: rose.hudgens@gsa.gov This RFP is modified to extend the closing date to 3:00pm Local EST on June 4, 2003. Submit proposals to the attention of John Whitfield, who can be reached on 703-305-5142.
 
Place of Performance
Address: 2100 2d Street SW, Washington, DC, , and, 4200 N. Wilson Blvd, 11th floor, Arlington, VA
Zip Code: 20593
Country: US
 
Record
SN00318046-W 20030507/030505213622 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.