Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

74 -- Fingerprint Machine

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-06-T-0119
 
Response Due
9/13/2006
 
Archive Date
10/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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. FA4621-06-T-0119 is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-12. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 334119. McConnell AFB KS plans to acquire the following items. Line Item 0001 ? ID 1000 Desktop System ? 1 Each ? Cross Match Technologies Part # 925001 ID 1000 Desktop System (or equal) - Includes ID 1000 Scanner, Pentium Computer, Interfaces, Cables, Manuals, 1 Year Limited Warranty. This system easily communicates with both the Security Forces Management Information System (SFMIS) allowing real-time interaction with the FBI's Integrated Automated Fingerprint Identification System (IAFIS) as well as, the Office of Personnel Management (OPM) for the processing of personnel security clearances. Line Item 0002 - Floor Kiosk ? 1 Each - Cross Match Technologies Part # 925017-70 (or equal) Floor Kiosk-ID 1000 (Integrated Information Console). Line Item 0003 - 17" Flat Panel ? 1 Each - Cross Match Technologies Part # 420030 (or equal) 17" Flat Panel Touch Screen. Line Item 0004 ? Software ? 1 Each - Cross Match Technologies Part # 850181-019 (or equal) Software, Submission, OPM. Line Item 0005 ? Warranty ? 1 Each - Cross Match Technologies Part # 930002 (or equal) First year Enhanced warranty for ID 1000 System (500 or 1000 dpi). Line Item 0006 ? Printer ? 1 Each - Cross Match Technologies Part # 900114 (or equal) FBI Approved Non Network Printer w/ Universal Tray (Duplex Printing - for FD-249, FD258, R-84 and ISOPREP cards). Line Item 0007 -Estimated Shipping Costs ? 1 Each. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor will be used to evaluate offers: Price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.211-6, Brand Name or equal. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. AFFARS 5352.201-9101, Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 3:00 p.m. Central Standard Time 13 Sept 06. Offers can be faxed to A1C Janet Alworth at 316-759-4507 or e-mailed to janet.alworth@mcconnell.af.mil.
 
Place of Performance
Address: 53147 Kansas St, STE 102, McConnell AFB, KS
Zip Code: 67221
Country: UNITED STATES
 
Record
SN01135141-W 20060908/060906225803 (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  © 1994-2020, Loren Data Corp.