Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

70 -- BARCODE SCANNERS

Notice Date
6/14/2007
 
Notice Type
Modification
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-07-Q-0003
 
Response Due
6/28/2007
 
Archive Date
8/31/2007
 
Description
This combined synopsis/solicitation is amended as follows: 1. The requirement for a quantity of (12) EA 12-foot cables for model 4800 scanners for Anniston, AL (originally CLIN 0006)has been deleted to eliminate duplication of cables that will be delivered with the model 4800 scanners in CLIN 0005. The original CLIN 0007 and CLIN 0008 have been renumbered to read CLIN 0006 and CLIN 0007 respectively. 2. Clause 52.219-23 has been deleted. The amended combined synopsis/solicitation is restated below. Closing date has not changed, June 28, 2007 still applies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a request for quote; the solicitation number is SP3100-07-Q-0003. This solicitation is Unrestricted. The Defense Distribution Center, New Cumberland, PA has a requirement for Hand Held Products Model 3870 Cordless PDF Scanners, and Model 4800 Barcode Scanners as described below (CLIN 0001 thru CLIN 0007). This is a BRAND NAME OR EQUAL acquisition; in accordance with FAR 52.211-16, a list of the salient physical, functional, or performance characteristics that ?equal? products must meet can be obtained from the cognizant DDC Contract Specialist. The HHP Model 3870 with base (2070), supplied PS2 to USB cable and 1 battery can be defined as an HHP 3870 with the inherent firmware ability to read and convert specific 2d barcode MH10 format characters to other characters that can simply be passed through the DOD communications system via a TN3270E communications, terminal emulator software to an IBM mainframe operating OS390 or similar Operating System. The specific characters to be converted and their substitutions are defined in the list of salient characteristics. The HHP Model 4800 can be defined as an HHP 4800iSR051C or HHP IMAGETEAM 4800iSR, with 12 foot USB cable (HHP 42206202-02) and the inherent programmed/firmware ability to read and convert specific 2d barcode MH10 format characters to other characters that can simply be passed through the DOD communications system to an IBM mainframe operating OS390 or similar Operating System. The specific characters to be converted and their substitutions are defined in the list of salient characteristics. CLIN 0001 is for a quantity of 30 EA HHP Model 3870 Cordless PDF Scanners. Ship To: Norfolk, VA (DDNV) CLIN 0002 is for a quantity of 35 EA Spare NiMH Batteries for Model 3870 Cordless PDF Scanners. Ship To: Norfolk, VA (DDNV) CLIN 0003 is for a quantity of 50 EA HHP Model 4800 Barcode Scanners. Ship To: Tracy, CA (DDJC) CLIN 0004 is for a quantity of 38 EA HHP Model 3870 Cordless PDF Scanners. Ship To: Tracy, CA (DDJC) CLIN 0005 is for a quantity of 12 EA HHP Model 4800 Barcode Scanners. Ship To: Anniston, AL (DDAA) CLIN 0006 is for a quantity of 5 EA HHP Model 3870 Cordless PDF Scanners. Ship To: New Cumberland, PA (DDDE) CLIN 0007 is for a quantity of 100 EA HHP Model 4800 Barcode Scanners. Ship To: Warner-Robins, GA (DDWG) Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). Equipment shall be shipped to the locations shown above, exact shipping addresses will be provided in the final award, or can be obtained from the Contract Specialist POC. Note: The desired delivery schedule is 2 weeks ARO and the required delivery schedule is 30 days ARO. If providing an ?or equal? product, offerors must submit technical information which demonstrates that the item offered meets the minimum salient characteristics as stated above (reference FAR 52.211-6). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-16. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS w/ALT 1; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, 52.232-36, 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include FAR 52.203-3, DFARS 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. Evaluation for award shall be in accordance with FAR 13.106 (and FAR 52.211-6, for offers of ?equal? products). This is an all-or-none requirement; the Government intends to award a contract resulting from this notice on an all-or-none basis to the responsible offeror whose offer is the lowest price which meets the product technical and delivery requirements. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to daniel.herring@dla.mil, Request for Quote Number SP3100-07-Q-0003. Prices and representations/certifications are required NLT 4:00 PM EDT on June 28, 2007. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Place of Performance
Address: NEW CUMBERLAND, PA AND OTHER SHIP-TO LOCATIONS AS DESCRIBED ABOVE.
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01318456-W 20070616/070614220119 (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.