Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

70 -- Fingerprint Scanners

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2K3AQ1164A003
 
Archive Date
9/30/2011
 
Point of Contact
Rafaela Kovacs, Phone: 505-846-7691, Julia E Johnson, Phone: 5058464904
 
E-Mail Address
rafaela.kovacs@kirtland.af.mil, julia.johnson@kirtland.af.mil
(rafaela.kovacs@kirtland.af.mil, julia.johnson@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS AN UNFUNDED REQUIREMENT. Funds are not presently available for this requirement. The Government's obligation under this solicitation is contingent upon the availability of appropriated funds from end of fiscal year funding. No legal liability on the part of the Government for payment of any money shall arise unless, and until, funds are made available to the Contracting Officer. Ensure submitted quotes are valid through 30 September 2011. 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; quotes are being requested and a written solicitation will not be issued. This requirement is 100 percent set-aside for small business. The NAICS Code for this synopsis/solicitation is 334119, Size Standard 1,000 employees. Solicitation/Purchase Request number F2K3AQ1200A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011. All items must be able to connect to Security Forces Management Information System (SFMIS) Database. All software must be on the Air Force Approved Software List. The Government intends to award one contract for Contract Line Item Number (CLIN) CLIN 0001 for Fingerprint Scanner DESCRIPTION: LSCAN Guardian USB with LSMS on Laptop, Guardian USB Fingerprint Scanner (500ppi) with manual, Runtime License for LSCAN, Essentials driver, Auto capture and Rolls Licenses, Laptop computer,Live Scan Management Software (LSMS), LSMS Manual Set, Silicone Membrane Supply Kit, PC Anywhere software, Power cord and USB cable, Standard one-year limited warranty SPECIFICATIONS: Image quality complies with FBI's IAFIS Appendix F specification • Designed and tested to meet the IK08 EN 50102 durability specifications as promulgated by the European Committee for Standardization. Enclosure protects internal electrical components from an external impact up to 5 joules. • FBI certified for both civil ID flats and full criminal ten-print rolls and flats • Certified for use with or without Cross Match's patented silicone membrane technology • 3.2" x 3.0" (81 mm x 76 mm), single prism, single imager, uniform capture area • 500 ppi resolution • Operating temperature 35°F to 120°F (1.6°C to 49°C) • Humidity range 10-90% non-condensing; splash-resistant • Factory calibrated and sealed, with automatic IQS Wizard TM self test/diagnostics at start-up MANUFACTURER: Cross Match Technologies MFR Number: 925161 MFR MODEL: LSCAN Guardian USB with LSMS on Laptop OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0002 for Warranty DESCRIPTION: Enhanced warranty for 10-Print System, 12-months,ID 442, 500, 700, 1000, 1000T or Guardian system Enhanced Warranty. Includes: 24 x 7 Help Desk, Cross-ship replacement parts MANUFACTURER: Cross Match Technologies MFR Number: 930097 MFR MODEL: Enhanced Warranty for 10-Print System OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0003 for Maintenance DESCRIPTION: System Maintenance for 10-Print System, 12-months, One-year post-warranty Maintenance for ID442, 500, 700, 1000, 1000T or Guardian. Includes: 24 x 7 Help Desk, Cross-ship replacement parts, Software updates MANUFACTURER: Cross Match Technologies MFR Number: 930097-12 MFR MODEL: System Maintenance for 10-Print System OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0004 for Software and Software License DESCRIPTION: SOFTWARE, LSMS CONFIGURATION, OFFICE OF PERSONNEL MANAGEMENT - OPM, One year limited warranty for media included. MANUFACTURER: Cross Match Technologies MFR Number: 850291-019 and 9850181-119 MFR MODEL: LSMS Configuration and Software License OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0005 for Printer DESCRIPTION: FBI Approved Network System Printer w/2 Universal Trays, one 150 sheet tray and one 550 sheet tray. Single Sided printing - Applicant Cards. Xerox Phaser 4510N, 2 Universal Trays (150, 550), 10 foot printer cable, Xerox next day Cross-ship replacement service first year. MANUFACTURER: Cross Match Technologies MFR Number: 900266 MFR MODEL: FBI-Approved Network System Printer w/2 Universal Trays OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0006 for Implementation DESCRIPTION: System implementation and training, first day on-site. Equipment shall be installed to full functionality. The crew on-duty shall receive training so that full comprehension of proper equipment use is obtained. MANUFACTURER: Cross Match Technologies MFR Number: 930100-01 MFR MODEL: Implementation - Days One OR EQUAL QUANTITY: One (1) UNIT OF ISSUE: Day FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0007 for Implementation DESCRIPTION: Implementation and Training, Subsequent Day On-site. Training shall be conducted for personnel who did not receive training on the prior day. MANUFACTURER: Cross Match Technologies MFR Number: 930005 MFR MODEL: Implemenation - Subsequent Day OR EQUAL QUANTITY: One (1) UNIT OF ISSUE: Day FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0008 for Supplies DESCRIPTION: KIT, Small Supply-Guardian,5 silicone pads, 5 tape cleaner pads, 2 microfiber cloth, 6 alcohol wipes MANUFACTURER: Cross Match Technologies MFR Number: 900242 MFR MODEL: Guardian Supply Kit OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 CLIN 0009 for Travel Case DESCRIPTION: Guardian System Travel Case, Hard Case, Rugged Storm case with cut foam to fit Guardian scanner. Additional foam cutout for laptop and system accessories. MANUFACTURER: Cross Match Technologies MFR Number: 900292 MFR MODEL: Guardian System Travel Case OR EQUAL QUANTITY: Two (2) UNIT OF ISSUE: Each FOB: DESTINATION Inspection and Acceptance: DESTINATION Desired Delivery Date: 7 October 2011 The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their quote) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.239-1, 52.247-64, 52.222-41, 52.222-51] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.222-48, Exemption from Application of Service Contract Act Provisions - Contractor Certification FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award FAR52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price)(Short Form) DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.204-7004 Alt A, Central Contractor Registration DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.203-7000, 252.232-7003, 252.237-7010, 252.246-7004, 252.247-7023 Alt III] DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.232-7010, Levies on Contract Payments DFAR 252.239-7000, Protection Against Compromising Emanations DFAR 252.243-7001, Pricing of Contract Modification AFFARS 5352.201-9101, Ombudsmen AFFARS 5352.223-9001, Health and Safety on Government Installations The following full text provisions and clauses apply to this procurement: FAR 52.219-1 Alt I, Small Business Program Rerepresentations (Apr 2011). (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 334119. (2) The small business size standard is 1,000 employees. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: _________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) Alternate I (Apr 2011). As prescribed in 19.308(a)(2), add the following paragraph (b)(9) to the basic provision: (9) [Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.] The offeror shall check the category in which its ownership falls: ___ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil DFAR 252.211-7003, Item Identification and Valuation (Jun 2011). (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD unique item identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/ Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item Number Item Description CLIN 0005, Printer (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ____. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than Thursday, 15 September 2011, 12:00 noon, Mountain Daylight Time. Offers may be mailed to AFNWC/PKOA, ATTN: Rafaela Kovacs, 2000 Wyoming Blvd. SE, Bldg 20604, Kirtland AFB, NM 87117, emailed (preferred) to rafaela.kovacs@kirtland.af.mil, or faxed to (505) 846-4262 ATTN: Rafaela Kovacs. BRAND NAME OR EQUAL quote is requested. If an OR EQUAL quote is submitted, the offeror shall describe thoroughly how the equal product meets all description characteristics listed for each CLIN. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K3AQ1164A003/listing.html)
 
Place of Performance
Address: Kirtland. Air Force Base, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02568376-W 20110910/110909001427-2d41399f54e28695744f9a0163551060 (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.