Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

74 -- LScan Fingerprint and Palm Print Scanner - Brand Name Justification

Notice Date
9/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-10-T-0105
 
Archive Date
10/13/2010
 
Point of Contact
Patricia V Thomas, Phone: 301-981-3137, Susan Starks, Phone: 301-981-5245
 
E-Mail Address
patricia.thomas.7@us.af.mil, susan.starks@afncr.af.mil
(patricia.thomas.7@us.af.mil, susan.starks@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The anticipated award will be a Firm Fixed price contract. This solicitation is issued as Request for Quotation (RFQ) No. FA7014-10-T-0105. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43. The North American Industry Classification System code is 423420 with a business size standard of 100 employees. The proposed contract is 100 percent set-aside for small business. LINE ITEM 0001 LScan Fingerprint and Palm Print Scanner, Manufacturer: Cross Match Technologies (Brand Name Only - Part #920108) New equipment only. No remanufactured or refurbished products or gray market items. QUANTITY: 100 each UNIT PRICE tiny_mce_marker_____________; EXTENDED PRICE tiny_mce_marker_____________; DELIVERY TIME: __________. LINE ITEM 0002: Live Scan, Deck Only w/X-Ship Deck Only with Cross Ship, Manufacturer: Cross Match Technologies (Brand Name Only - Part #930008) QUANTITY: 100 each UNIT PRICE tiny_mce_marker_____________; EXTENDED PRICE tiny_mce_marker_____________; DELIVERY TIME: __________. INSPECTION CONDITIONS AND TERMS: Items shall be priced F.O.B. Destination Destination Delivery/Acceptance will be at 1535 Command Drive, Andrews AFB MD 20762. FAR PROVISIONS: FAR 52.212-1, Instructions to Offerors-Commercial Items and the applicable addendum to FAR 52.212-1 applies to this acquisition are as follows: 52.252-1: http://farsite.hill.af.mil, 52.252-5(b) DFARS (Chapter 2), 52.214-34, 52.214-35, 52.233-2, 252.212-7000 and 252.225-7000. EVALUATION PROCEDURES, The Government will select the best overall offer based on price and the offeror ability to meet the requirements specified in this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offeror's quote being determined unacceptable. FAR 52.212-3, Offeror Representatives and Certifications-Commercial Items, ALT I applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in Online Representation and Certifications Application (ORCA). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov (ORCA). If an offeror has not completed the annual representations and certifications at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR CLAUSES: FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the applicable Addendum to FAR Clause 52.212-4 are as follow: 52.203-3, 52.209-6, 52.223-11, 52.225-1, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 ALT A, 252.212-7001, 252.225-7001, 252.232-7003, 252.247-7003, 5352.201-9101, (c) Col Timothy Applegate, 2822 Doherty Drive, Bldg 94, Suite 310, Bolling AFB DC 20373, telephone # (202-767-8046). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.203-6 ALT I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33, 52.233-3 and 52.233-4 apply to this acquisition. To be eligible for an award, all contractors must be registered and active in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A Dun and Bradstreet (DUNS) number is required in order to register. The FAR clause web site is http://farsite.hill.af.mil. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil All written quotes must be received by 2: 00 PM, Eastern Standard Time (EST) on 28 September 2010 via e-mail to patricia.thomas@afncr.af.mil. An official authorized to bind your company shall sign and date the quote. Please include your CAGE code and DUNS number. Questions concerning this solicitation should be addressed no later than 25 September 2010 to Patricia Thomas, Contract Specialist, patricia.thomas@afncr.af.mil, 301-981-3137. An alternate contact is Susan T. Starks, Contracting Officer, susan.starks@afncr.af.mil., 301-981-5245.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-T-0105/listing.html)
 
Place of Performance
Address: 1535 Command Drive, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02293875-W 20100925/100923234923-6f1b47a815ceab44a763fe676dfa1eb9 (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.