Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

63 -- Badge system

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
Badgesystem
 
Archive Date
10/3/2008
 
Point of Contact
Nathean W Stoner,, Phone: 702-652-8402, Brooke A Mena,, Phone: 702-652-5488
 
E-Mail Address
nathean.stoner@nellis.af.mil, brooke.mena@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement, Badge system, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 561621. The small business size standard under this NAICS code is $11.5 Million Annually. Requested item/description is as follows, CLIN 0001, 2 each Badge system: Each system shall be capable of the following: Print the following forms: AF Form 1199A, Green AF Form 1199B, Pink AF Form 1199C, Yellow AF Form 1199D, Blue Computer generated AF Forms shall replicate to the maximum extent possible (size approximate 2 1/2 - 3 1/2 Must have the ability to print the above forms blank with out numbers for back up purpose. The system shall sequentially number every badge issued to include those voided due to errors. This numbering system shall be temper proof. Capabilities: • Restricted Area Badges (single) • Loss ratio reporting • Contractor badges • Senior officer PVC cards • A substitute for the AF Form 75 • Handicapped placards for rear view mirrors • VIP placards for windows (IG teams etc) • System will identify persons on barred roster or driver's revocation listing • Systems will have ability to capture fingerprints and print them onto passes or maintain them in database • All visitor reports • Fingerprint logon • Design a badge capability • Vehicle registration Each system shall produce the below reports: Report all badges issued lost, voided and current number for issued badges. Report badges issued to specific units, or sort by specific fields on the form. Each system shall have the following equipment: Minimum 17" monitor (Flat Screen) DVD Burner for backup Signature Pad Color video camera Fingerprint Capture Device Video capture card CLIN 0002, 20 each Color Ribbon: 500 Yield color ribbon CLIN 0003, 10 each Black Ribbon. CLIN 0004, 10 Packs Cleaning Cards: 10 per pack. CLIN 0005, 10 packs cleaning sleeves: 5 Per Pack. CLIN 0006, 20 Boxes PVC white card blanks: 500 per box. CLIN 0007, 10 Boxes Card Strap Clips: 1000 per box. Please include descriptive literature and/or complete specifications. Structure contract line item number(s) (CLIN) as follows: CLIN 0001, CLIN 0002, CLIN 0003, CLIN 0004, CLIN 0005, CLIN 0006 and CLIN 0007. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offertory-Commercial, applies to this solicitation. Submit quotation on company letterhead utilizing the CLIN structure above; also provide documents verifying your company's ability to meet the qualification standards stated. FAR provision 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate the offer: price, technical quality & capability, features and warranty. In addition to the price list, offertory shall submit with their offer a completed copy of FAR provision 52.212-3, Offer or Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.219-28 is a new contract clause implemented 30 June 2007. If your CCR Registration and ORCA Reps & Certs do not include a size representation for this NAICS code, you must submit the rerepresentation at 52.219-28(g) in accordance with the instructions in the clause. Please note all offerors must submit 52.212-3(k) even if ORCA registered; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003; Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, AFFARS 5353.201-9101 Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:00 p.m., Pacific Daylight Time, on 18 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c1d5b1c8cacfc4c9d81b6f22a2bca2a&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01666891-W 20080913/080911224337-3c1d5b1c8cacfc4c9d81b6f22a2bca2a (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.