Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

58 -- Quantity of one (1) each Sentry Identification Device Package

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R09T1106
 
Response Due
9/30/2009
 
Archive Date
11/29/2009
 
Point of Contact
Christina Mokrane, 928-328-3595
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(christina.mokrane@conus.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Combination Synopsis/Solicitation Solicitation Number: W9124R-09-T-1106 Technical Questions: September 24, 2009 COB Response Date: September 30, 2009 COB This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-36, Effective 10 September 2009 and Defense Federal Acquisition Regulation (DFAR) current to DCN 20090825 edition. This commercial item acquisition is being solicited as a Hubzone Set-Aside. The North American Industry Classification System (NAICS) code is 334119 with a size standard of 1,000 employees. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Impac Credit Card. Offerors shall account for any costs associated with accepting credit card payment. All prospective offerors must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Quotes are being solicited on a brand name or equal basis. The manufacturer of the brand name or equal items being solicited is Mobilisa Inc, located at 191 Otto Street, Port Townsend, Washington, 98368-6905. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum salient characteristics of the brand name items being solicited (Ref FAR provision 52.211-6). The Combined Synopsis/Solicitation (CSS) and Minimum Salient Characteristics are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/sitecontracting.asp. The quotation shall consist of one Contract Line Item Numbers (CLIN) as follows: CLIN 0001, Quantity of one (1) each Sentry Identification Device Package; and Sub-Contract Line Item Numbers (SLINs) as follows: SLIN 0001AA, Quantity of eight (8) each, Sentry Handheld 1 pistol grip ruggedized handheld with 1D/2D barcode scanner, with detachable magnetic stripe reader attachment, battery, extra battery, stylus, stylus retaining cord, and extra stylus, P/N: IM2500 to include a three year warranty, P/N: EW2500-3; SLIN 0001AB, Quantity of three (3) each, Sentry Handheld Quad Docking Station, P/N: IM2504 to include a three year warranty, P/N: EW2504-3; SLIN 0001AC, Quantity of three (3) each, Sentry Handheld Single Station Quad Battery Charger, P/N: IM2504B to include a three year warranty, P/N: EW2504B-3; SLIN 0001AD, Quantity of eight (8) each, One (1) additional m2500 Sentry Handheld back-up battery, P/N: IM2500B; SLIN 0001AE, Quantity of one (1) each, Management Center Software Site License Remote tool for reports and management functions for the Defense ID System, P/N: IM3300; SLIN 0001AF, Installation and Configuration Services to be provided for devices: Quantity of one (1) pkg, Site Survey Gates/Devices on-site inspection, coordination, project design, and implementation report, P/N: IS901; Quantity of one (1) pkg, Installation, configuration and installation of Defense ID, P/N: IS903; Quantity of one (1) pkg, Training, P/N: IS921; SLIN 0001AG, Software Subscription Services to be provided for the devices are as follows: Quantity of ninety-six (96) months, SS9000m Defense ID database subscription monthly subscription per device, P/N: SS9000m; SLIN 0001AH, Quantity of one (1) each, Visitor/Vendor Center System to include: 1 desktop (tower, w/ 512MB RAM, 80GB HD, uninterruptable power supply (UPS)), tethered 1D/2D barcode scanner, 1 professional grade card printer, 500 blank visitor cards, 1 color camera, visitor center application, P/N: IM3000, and a three year warranty P/N: EW3000-3; SLIN 0001AJ, Quantity of two (2) each, Visitor Center System Accessory Support Pack, P/N: IM3100; SLIN 0001AK, Installation and Configuration Services to be provided in support of the Visitor Vendor Center include: Quantity of one (1) pkg, Site Survey - Visitor Vendor Center including an on-site inspection, coordination, project design, and implementation report, P/N: IS901V; Quantity of one (1) pkg, Visitor/Vendor Center Installation Configuration and installation of Defense ID Visitor/Vendor Center, P/N: IS906; Quantity of one (1) pkg, Training Visitor/Vendor Center, P/N: IS922; SLIN 0001AL, Quantity of one (1) each, Defense ID database subscription monthly subscription service for a period of twelve months to support the Visitor Vendor Center, P/N: SS9000m. Product delivery to the U.S. Army Yuma Proving Ground, AZ is required within 90 days after award. Installation and Training shall be provided at the U.S. Army Yuma Proving Ground, AZ no later than 30 days after receipt of product. The Government anticipates award on a best value basis. Per FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award to other than the lowest offeror. All quotations will be evaluated for technical acceptability. Only those offers determined to be technically acceptable will be given further consideration. Those offerors determined to meet the minimum salient characteristics will then be evaluated for past performance, and price. In evaluating past performance, the government will review criteria to include, but not limited to, quality of product, customer satisfaction and product currently in use. All quotations shall be clearly marked with Request for Quotation (RFQ) referencing number W9124R-09-T-1106 and e-mailed to the Point of Contact below no later than the close of business on September 30, 2009. In addition, all technical questions concerning this requirement must be e-mailed to the Point of Contact below no later than close of business September 24, 2009. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (4) Sufficient technical literature and description (to enable the Government to evaluate conformance with the technical requirements (Ref FAR 52.211-6); (5) Recent (within the last 3 years) and relevant past performance information on no less than three other contracts in which you provided same or similar items. Past performance information shall include: Contract Number, Company/Agency Name and Address, and Point of Contact (Name) to include phone number and e-mail address; (6) Proposed delivery schedule; (7) price (both unit price and total price shall be provide for each individual SLIN listed above) to include any applicable freight; (8) Acknowledgement of any amendments to the RFQ and (9) A statement indicating that Government VISA credit card will be accepted as the method of payment. Offerors that fail to furnish the required representations or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.211-6, Brand Name or Equal (Aug 1999); FAR provision 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008). NOTE: In order to complete the Representations and Certifications for the following referenced provisions, you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (Mar 2009) applies to this acquisition. Addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2009) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) and 52.232-36, Payment by Third Party (May 1999). FAR Clauses 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996) and 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) also apply to this acquisition. The following DFARS provisions apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.225-7000 Buy American Act--Balance of Payments Program Certificate. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009) applies to this acquisition, and specifically, FAR Clause 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008); 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS clauses 252.211-7003, Item Identification Valuation (Aug 2008); 252.225-7002 and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R09T1106/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01966012-W 20090924/090923002656-0d4480b53a3979c4d15c3c3987430e68 (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.