Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

70 -- Army One-Stop KIOSK

Notice Date
4/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, 1001 761st Tank Bat. Ave Room W103, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CMJ90906000
 
Response Due
4/23/2009
 
Archive Date
10/20/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45CMJ90906000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $23M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-04-23 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, TIPS Internet Kiosk w/printer (JS Onestop w/ICE Configuration. Overall Dimensions: 60"H X 23"W X 20"D. HARDWARE: Metal kiosk enclosure w/powdercoat finish; Thin metal side trim; 17" X 5" light box for graphics; 17" flat panel LCD monitor; 17" touchscreen and controller, USB interface; 17" polarizing/privacy filter for monitor; Laser printer w/500 sheet paper capacity; Rugged keyboard w/trackball; CAC reader w/custom bracketing; High-speed Intel processor with integrated hard drive, video, sound, network interface, CD/DVD drive; Windows XP Professional SP2; Print/install One Stop artwork for backlit signage area, Print/install vinyl 4-color process logo for lower front of kiosk; Amplified dual-speaker sound system; External audio headset connector (for Section 508 compliance); All data and power cables, surge suppressors, vents, fans; Packaging (for CONUS delivery); Shipping (CONUS, inside delivery); One-year hardware warranty., 10, EA; LI 002, Custom Content Development SVS-DUS, CUSTOM GRAPHICS & DISPLAY TEMPLATES: Custom "Attract Loop" Graphic (1 each); OneStop Main Menu, Templates & Stylesheets; Customized Level 1 Topics for New Kiosk Location (optional). CUSTOM INTERNET LINKS: User-friendly menu selections with direct links to selected pages on the following local websites; Local Post Website (no charge); Local Area Websites (no charge). SPECIFIC ICE COMMENT CARD DISPLAY FOR EACH KIOSK LOCATION (Optional) (10 Each): Includes creation of html displays for each kiosk location w/specific ICE comment card for the point of service, along with quick links to other related ICE comments cards; CONTENT COORDINATION: Discuss preferences for custom display templates; Obtain graphic artwork and image files; Review and submit content display proofs., 30, HRS; LI 003, Project/Program Mangement (Per Base/Post) SVS-PM; A highly qualified, experienced team member will execute program management oversight for OneStop deployment. Oversight will include requirements gathering and evaluation of affected customer service organizations in order to support robust utilization of the OneStop kiosks. This will ensure optimum customer support for the information needs of military and civilian personnel. Requirements gathering and data evaluation may result in the development of additional features that effectively support OneStop capabilities and ensure project success., 20, HRS; LI 004, On-site installation & Training; Includes travel related expenses and services to unpack and position the kiosk, connect all cables, validate unit is operational, diagnostic troubleshooting and preventive maintenance, plus professional instruction on the day-to-day upkeep and operation of the kiosk, including how to clean the touchscreen, how to change the printer paper and toner cartridge, how to retrieve usage statistics data, how to submit content change requests; any number of customer personnel can be trained., 1, EA; LI 005, Post-Installation Display Updating Service (1st Year) SVS-DUS; Discounted rate for pre-paid services during the 1-year warranty period; includes any combination of post-installation professional services during warranty or service period, including, but not limited to: Making changes to mainmenu, templates and/or stylesheets, as requested; Create new screen savers, graphics, maps, floor plans, html disply pages, etc.; Add new Internet and/or Intranet links/buttons, integrate into display content; Prepare customized kiosk usage statistics reports., 24, HRS; For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. This solicitation has been amended to:(1).(2).(3). Etc.All other terms and conditions remain the same. NAICS Code _541511____must be on Contractor's CCR before a bid can be accepted Provide Best Delivery Date. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com. Proposed responders must submit any questions concerning this solicitation before 16 Apr 09, 1200 noon EST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 days after submission. FOB Destination CONUS (CONtinental U.S.) TIPS KIOSK ENGINE SOFTWARE: Core software component which manages user interaction and all system functions and device interfaces; supports data retrieval and remote updates to software/content via http; powerful multimedia browser and attract loop features; supports network or local printer, dual monitors, DoD-approved CAC reader, fingerprint reader, proximity sensor, autodial telephone, rugged keyboard, and other peripherals. TIPS INTERNET/INTRANET SECURITY MODULE: Software component which provides for secure and controlled internet/intranet access; URL-level designation for authorized access and printing; restricts access to OS and network; user session management clears Internet cache, cookies and print queue; manages popups/windows/frames. HARDWARE/SOFTWARE/CONTENT INTEGRATION & TESTING: Pre-installation hardware QA/QC; Pre-installation software/content QA/QC. 1ST-YEAR SUBSCRIPTION TO JOINT SERVICES ONESTOP CONTENT MODULE: User-friendly menu selections with 4000+ links to forms, online services and vital information on existing DoD and DoD-related websites, including topics for Money Matters, Personnel Matters, Member & Family Support, Health & Wellness, Housing & Lodging, Retail & Services, Personal Property/HHG, Transportation, Local Area, Relocation Assistance, FAQs, What's New, ICE Comment Cards and more; includes ongoing services to check, maintain and enhance module content. 1ST-YEAR CORE SUPPORT: Software Assurance/Maintenance-TIPS software assurance and maintenance as needed; software upgrades as they are released. Help Desk Support - Unlimited toll-free help desk support, Mon-Fri 7am-7pm CST. Subscription to Web-Based Customer Service Center - Password-protected web-based account, allowing authorized administrators access to submit problem notices, content change requests and view system status. 1ST-YEAR ON-SITE HARDWARE MAINTENANCE SUPPORT: On-site repair or replacement of warranted components by local technician; local client representative must provide telephone assistance to help diagnose problem or identify defective part prior to dispatching technician. 1ST-YEAR USAGE STATISTICS PROCESSING & REPORTING: Includes database setup, compilation and storage of system usage data, and access to predefined tabular and graphical web-based reports via DynaTouch Customer Service Center.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=067886f3a092557d7ae9f931c6da58e3&tab=core&_cview=1)
 
Place of Performance
Address: Fort Hood, TX 76544<br />
Zip Code: 76544<br />
 
Record
SN01791499-W 20090415/090413220140-067886f3a092557d7ae9f931c6da58e3 (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.