Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

70 -- Point of Sale System

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-06-Q-0045
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
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; offers are being requested and a written solicitation will not be issued. HSFEMW-06-Q-0045, issued as a Request for Quotation (RFQ), is for the purchase of a Point of Sale System to be used in the food service facilities located at the Department of Homeland Security, Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-12, dated 08/04/2006. This procurement is issued on a non-restricted basis, NAICS code 334111/small business size standard is 1,000 employees. Only one award will result from this solicitation via the issuance of firm-fixed-price simplified acquisition/commercial items order or a delivery order issued against a GSA Schedule contract. The Government anticipates the resultant award to be an Open Market purchase order or a GSA Schedule delivery order or a combination of GSA Schedule item pricing and Open Market pricing. If GSA Schedule pricing is being proposed, the offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and open market pricing are being proposed, the offeror shall designate which items are GSA Schedule pricing and which items are open market pricing. Items are to be delivered to Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection and acceptance. FOB Destination pricing is requested. The Government desires delivery within 90 days (or sooner) after receipt of order. The following system is to be provided: Micros Systems RES 3000, 3700 QSR or approved equal, Point of Sale System to include a Back Office Server, Five Work Stations, Software (Company and 3rd Party), Power Conditioning, Installation, Training, Supplies, Warranty, Support and Recurring Costs. The resultant award document will contain: Item No. 0001. 1 EA Server Back Office, Central Processing Unit; Item No. 0002. 1 EA Server Back Office, Client Applications; Item No. 0003. 1 EA Server Back Office, Monitor; Item No. 0004. 1 EA Server Back Office, Modem; Item No. 0005. 1 EA Server Back Office, Printer; Item No. 0006. 1 EA Server Back Office, Printer Cable; Item No. 0007. 1 EA Server Back Office, 8 Port 10/100 Switch; Item No. 0008. 5 EA Server Back Office, 6 ft. Patch Cables; Item No. 0009. 6 EA Server Back Office, 10 ft. Patch Cables; Item No. 0010. 1 EA Server Back Office, Network Firewall; Item No. 0011. 5 EA Work Stations, Terminals; Item No. 0012. 5 EA Work Stations, Receipt Printer; Item No. 0013. 5 EA Work Stations, Required Cables for 5 stations; Item No. 0014. 5 EA Work Stations, Cash Drawer; Item No. 0015. 2 EA Work Stations, Cash Till; Item No. 0016. 1 EA Work Stations, Keyboard; Item No. 0017. 1 EA Work Stations, Floppy Drive; Item No. 0018. 5 EA Work Stations, Remote Pole Display; Item No. 0019. 5 EA Work Stations, Internal Display; Item No. 0020. 5 EA Work Stations, Scales; Item No. 0021. 5 EA Work Stations, Bar Code Scanner; Item No. 0022. 5 EA Work Stations, Coin Dispenser; Item No. 0023. 5 EA Work Stations, External Key Pad for PIN (if required); Item No. 0024. 1 EA Company Software, Documentation CD; Item No. 0025. 5 EA Company Software, Client Applications; Item No. 0026. 1 EA Company Software, Declining Balance; Item No. 0027. 1 EA Company Software, Gift Certificate; Item No. 0028. 1 EA Company Software, Charge Accounts App.; Item No. 0029. 1 EA Company Software, Transaction Analyzer; Item No. 0030. 1 EA Company Software, Credit Card Software; Item No. 0031. 1 EA Company Software, Inventory & Ordering; Item No. 0032. 1 EA 3rd Party Software, Support Gateway; Item No. 0033. 1 EA 3rd Party Software, Anti-virus; Item No. 0034. 1 EA 3rd Party Software, Disk Maintenance; Item No. 0035. 5 EA Power Conditioning, UPS Workstation; Item No. 0036. 1 EA Power Conditioning, UPS Server; Item No. 0037. 1 LT Installation & Training Manday Estimate, Staging & Installation, Pre-Installation & Set-up; Item No. 0038. 1 LT Installation & Training Manday Estimate, Project Lead, Programming Database, Menu Pricing & Taxes; Item No. 0039. 1 LT Installation & Training Manday Estimate, Training, All Staff & Supervisors; Item No. 0040. 1 LT Installation & Training Manday Estimate, Live Support, Post Install - On site to help start-up; Item No. 0041. 1 LT Installation & Training Manday Estimate, Project Lead, Post Install - Inventory & Ordering; Item No. 0042. 10 EA Supplies, Rewritable CD Media; Item No. 0043. 50 EA Supplies, Magnetic Stripe Cards; Item No. 0044. 4 EA Supplies, Thermal Paper Roll, Case of 50; Item No. 0045. 5 EA Warranty, Support & Recurring Costs, Help Desk; Item No 0046. 1 LT Warranty, Support & Recurring Costs, Software Updates; Item No. 0047. 5 EA Warranty, Support & Recurring Costs, Software Recovery (System Crash); Item No. 0048. 1 LT Warranty, Support & Recurring Costs, CA/EDC Support; Item No. 0049. 5 EA Warranty, Support & Recurring Costs, Inventory Help Desk; Item No. 0050. 1 LT Warranty, Support & Recurring Costs, Declining Balance Subscription; Item No. 0051. 1 LT Hardware Replacement, Extra Warranty, Years 2 ? 6. NOTE: Systems compatible with Kaba-Ilco Key Card system are requested. EVALUATION INFORMATION: Award will be made on the basis of the lowest overall evaluated cost of offers meeting or exceeding the acceptability standards for non-cost factors (i.e., lowest cost/technically acceptable). Technical Factor One: In order for an offer to be found technically acceptable, the offeror must provide the requested Micros Systems RES 3000, 3700 QSR, or approved equal. If an offeror is proposing an ?or equal? product, the offeror must provide evidence that the proposed product meets the minimum needs of the Government. (See Descriptive Literature explanation.) Technical Factor Two: Past Performance. The offeror shall provide three references that can verify past performance of similar items of comparable dollar value. The offeror shall provide a current point of contact and a working telephone number for each source. DESCRIPTIVE LITERATURE: (Reference FAR 52.214-21) Failure of an offeror to submit descriptive literature for a proposed ?or equal? product will result in that product being rejected from further consideration. Further, descriptive literature which fails to show that the proposed product(s) complies with the requirements stated above will result in the rejection of that product. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items? and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Applicable clauses incorporated by reference are: 52.204-7, 52.212-4, 52.232-1, 52.232.23, 52.232-25, and 52.243-1. HSAR clause 3052.209-70 ?Prohibition on Contracts with Corporate Expatriates? also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 4:00 PM/EST, 9-26-2006 and may be emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631. Mailed responses shall be addressed to FEMA, MWEAC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Ms. Phyllis Woodward, Bldg. 413. Emailed and/or faxed responses are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to phyllis.woodward@dhs.gov or faxed to Ms. Woodward at 540-542-2631 and received no later than 12:00 PM/EST, 9-22-2006. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Place of Performance
Address: 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia
Zip Code: 20135-2006
Country: UNITED STATES
 
Record
SN01149212-W 20060922/060920220236 (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.