Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

35 -- AUTOMATED TELLER MACHINE

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
522110 — Commercial Banking
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-07
 
Response Due
4/6/2007
 
Archive Date
6/5/2007
 
Small Business Set-Aside
N/A
 
Description
The GA Air National Guard, pursuant to the requirements at FAR 5.101, and utilizing FAR Part 12, Acquisition of Commercial Items, and FAR Part 13 Simplified Acquisition Procedures, hereby issues this combined synopsis and solicitation for the followi ng commercial items: DESCRIPTION: Automated Teller Machine (ATM) to be installed by the selected bidder. If indoor lobby ATM is installed a card swipe on outside door for 24 hour access is preferred. Contractor must also install a lock box covering an a larm key pad already installed in the lobby area. Lobby location is accessible to the public between 9:00 AM - 5:00 PM, Monday  Friday and normally one weekend per month. Contractor is responsible for all necessary electricity, phone lines, and trash re moval associated with the ATM operation. Perform all site and structural modifications as required to accommodate the proposed equipment Obtain job site permits, if required a site survey may be arranged by contacting the GA Air National Guard at (912) 9668272. Contractor is responsible for General maintenance of the machine and shall maintain smooth operation 95% of the time. LOCATION OF ATM: GA AIR NATIONAL GUARD, 1401 Robert B Miller Jr Dr, Garden City, GA 31408. Fees assessed to accountholders an d non-accountholders for use of automated teller machines shall be the customary service charges of the financial institution or those negotiated for base personnel. It will be agreed that the financial institution shall: a. Notify the commander of desig nated representative of any proposed changes to the negotiated fee agreed upon at least 30 days prior to implementation; b. Follow the requirements in Volume 5, Chapter 34, of the DoD Financial Management Regulation, and any changes thereto; c. Comply w ith Department of the Treasury requirements for establishment and operation of a Treasury General Account where the financial institution agrees to act as a depository for government funds; d. Absolve the GA Air National Guard and its representatives of responsibility or liability for the financial operation of the financial institution; and for any loss (including losses due to criminal activity), expenses, or claims for damages arising from financial institution operations; e. Indemnify, and hold harm less the United States from (and against) any loss, expense, claim or demand, including attorney fees, court costs, and costs of litigation, to which the government may be subjected as a result of death, loss, destruction, or damage in connection with the use and occupancy of GA Air National Guard premises occasioned in whole or in part by officers, agents or employees of the financial institution operating an office of the financial institution; f. Favorably respond, whenever feasible, to reasonable loc al command requests for lectures and printed materials to support consumer credit education programs, financial management program and newcomers briefings; g. Prominently post in the lobby of the financial institution the name, duty telephone number of the (Bank or Credit Union) Liaison Officer; h. Accept the government travel card in on-base ATM. Termination of the agreement shall be consistent with the termination provision of the real property lease and Volume 5, Chapter 34, of the DoD Financial Man agement Regulation. The Wing commander of the GA Air National Guard shall have the right to terminate the agreement at any time. Any termination of the right of the financial institution to operate on the installation shall render the agreement terminate d without any applicable action by the commander. The agreement will be reviewed at least once every 5 years as long as it remains in effect, to ensure compatibility with current DoD issuances and to determine if any changes are required to the agreement. The Contracting Officer is not responsible for locating or securing information which is not identified in the bid or proposal. Each bidder and offeror shall fu rnish as a part of its bid or proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Contracting Officer to: 1. Establish exactly what the bidder/offeror proposes to furnish. 2. Determine whether the product offered meets the salient characteristics required by the solicitation. 3. If the bidder/offeror proposes to modify a product to make it conform to the requirements of the solicitation, the bid or proposal should contain a clear description of the proposed modification and clearly mark the descriptive material to show the proposed modification. 4. Modifications proposed after bid opening to make a product conform to a brand name product referenced in the solicitation will not be considered. T his announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) Code is 522110 and the Size Standard for Small Businesses is $150 Mil lion in assets. Applicable provisions and clauses are at FAR 52.212-1 Instructions to Offerors Commercial Items; The provision at FAR 52.212-3 Offerors Representations and Certifications Commercial Items; Federal Acquisition Regulation (FAR) 52.212-4 Co ntract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.225-1 Buy American Act Supplies; DFARS 252.212-7001 Contract Terms and Conditions Requi red to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. They are applicable and hereby incorporated by reference. Potential offerors who can fulfill this requirement must be registered at www.ccr.gov and must complete the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov - an e-Government initiative designed by the Integrated Acquisition Environment (IAE) to replace the paper based Representations and Certifications (Reps and C erts) process. Alternatively, offerors may submit a completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The Government anticipates completion of a similar Operating Agreement outlined in DOD F inancial Management Regulation Volume 5, Chapter 34, Appendix C to the offeror who provides the Best Value to the Government. Evaluation criteria will be based on technical capability, Schedule of Patron Fees and General Maintenance of the ATM. Please pr ovide an offer for this requirement no later than 1600 Eastern Time, Friday, April 6, 2007, via hand delivery, USPS, e-mail or facsimile to the Contracting Officer. Please include/indicate your earliest delivery after agreement date (ie, hours, day and da te). No partial offers will be considered. You must offer on all items or your offer will be rejected. POC: MSgt Denise Phillips - Phone: (912) 966-8272; Fax: (912) 966-8472; E-mail: denise.phillips@gasava.ang.af.mil. Only written (faxed or e-mail only ) requests will be honored all offers must submit a proposal on all or none.
 
Place of Performance
Address: 165TH AIRLIFT WING 1401 ROBERT B. MILLER DRIVE SAVANNAH GA
Zip Code: 31408
Country: US
 
Record
SN01246739-W 20070310/070308220959 (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.