Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

70 -- Intermec Bar Code Scanners and Accessories

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N Ft Myer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
8670-000903
 
Response Due
11/30/2009
 
Archive Date
5/29/2010
 
Point of Contact
Name: Steven Haines, Title: Logistics Specialist, Phone: 703-875-6746, Fax:
 
E-Mail Address
hainessg@state.gov;
 
Small Business Set-Aside
N/A
 
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 8670-000903 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000.00 employees. This requirement is unrestricted 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 2009-11-30 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SPRINGFIELD, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, EXACT MATCH ONLY: Intermec Brand, p/n PDCT-C, Physical KeypadIntermec Model CK31GB Handheld TerminalCK31GB011AS02804 - Intermec Model CK31G Handheld Terminal including:856-052-004/856-062-004 - 256MB Memory Card (SD format);AB1G/318-020-001- Operational and Spare Battery;074083 - Operational and Spare Stylus;225-709-001/225-709-002 - Charger / Communications Dock;851-082-001/851-082-003 - Universal Power Supply;321-576-002/321-576-004 USB Interface Cable;074080 Users Manuals;Country Specified Power Cord - variable P/N., 200, EA; LI 002, EXACT MATCH ONLY: Intermec Brand, p/n PDCT-C Holster and Shoulder Strap074101 - Intermec Holster and Shoulder Strap, 200, EA; LI 003, EXACT MATCH ONLY: Intermec Brand, p/n PDCT-C Attachable Handle and Trigger074141/203-754-001 - Intermec Attachable Handle and Trigger, 200, EA; LI 004, EXACT MATCH ONLY: Intermec Brand, 3 year Maintenance: Bronze (5 day turn around), 200, EA; For this solicitation, Department of State 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. Department of State 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 Department of State intends to issue a new Purchase Order for commercial items Intermec Bar Code Scanners and accessories - for use with the Departments Integrated Logistics Management System. This procurement is being conducted under FAR 13.5 Test Program for Certain Commercial Items. Teh statutory authority is: 41 USC 253(g) and FAR 13.501, Only One Responsible Source (Brand Name). As this is a brand name only justification, no one contractors unique qualifications are used as a basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements. A demonstration that the acquisition requires use of the authority cited: 1) WinCE Operating System- more streamlined than WinMobile 2) Assured Radio Deactivation - Assured Radio Deactivation (ARD) is a safety feature that is designed to allow the use of an HHT(hand held terminal) in a radio-restricted hazardous environment, such as around ordnance with electronically triggered fuses. ARD allows a user to temporarily but securely deactivate all HHT radios, thus preventing them from transmitting, and thereby preventing the HHT from emitting any intended radio energy. The deactivation is assured because once deactivated, the HHT radios cannot, under any circumstances, emit radiated energy until (re)activated. Further, the activate and deactivate menu sequences are designed so that they cannot be done unintentionally.. 3) NI certified - can be used in explosive environments 4) HERO certified - can be used in RF sensitive areas 5) Secure communications - compliant with Federal Information Processing Standard FIPS 140-2 certified via Fortress. 6) Smartcard support - allows access management 7) Serial and Ethernet adapter support 8) User accessible snap-on scan handle 9) Ability to (re)set country codes, and (re)deploy units without having to return to a central location10) Firmware automatically disables the WLAN during ActiveSynch. This prevents network "bridging". Please note: The CK31G model is different from the commercially available CK31CB model.Key differences:1)Assured Radio Deactivation. 2) NI certified - can be used in explosive environments 3) HERO certified - can be used in RF sensitive areas 4) Secure communications - compliant with Federal Information Processing Standard - FIPS 140-2 Certified via Fortress. 5) Product is only sold directly to the U.S. government by Intermec.6) Country Roaming channels set at destination by user7) Photo capability in Imager is disabled8) Kit configuration that provides all needed accessories for one price. In addition, by switching to a new scanner device, the Department would incur additional costs that would significantly increase the scanner budget. These costs are outlined below: -Software Compatibility The current software is designed to work on the Intermec scanners. Switching to a new scanner model would require the purchase of a new software package as well as customizations to that new package, or the Department would need to develop a new custom application for the scanner. A significant testing effort would be required to ensure all DoS specific requirements are working correctly. Estimated cost: $700,000 -Training Materials All of the existing training materials that are used both domestically and overseas would need to be re-developed. Estimated cost: $200,000 -Current Support Organization The Departments support organizations would need to be retrained to support the scanners both functionally and technically. Estimated cost: $150,000 -User Training Close to a thousand users both domestically and overseas would need to be retrained on the new scanner and software. Estimated cost: $500,000. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO remanufactured, refurbished, or gray-market products. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. (a) Definitions. As used in this provision: "Foreign person" means any person other than a United States person as defined below. "United States person" means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (End of provision) (a) The Department of States Competition Advocate is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged to first contact the contracting office for the respective solicitation. If concerns remain unresolved, contact the Department of State Competition Advocate on (703) 516-1693, by fax at (703) 875-6155, or write to: U.S. Department of State, Competition Advocate, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (b) The Department of States Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the AQM contracting activity ombudsman, Lisa Million, at tel. 703-875-5230. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1693, by fax at (703) 875-6155, or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 900, SA-27, Washington, DC 20522-2712. (End of provision) Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/8670-000903/listing.html)
 
Place of Performance
Address: SPRINGFIELD, VA 22153
Zip Code: 22153
 
Record
SN02011128-W 20091126/091124235952-76113ef180e4fd81afa2181358a3d42e (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.