Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

70 -- Q-Matic

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3721202A001
 
Archive Date
10/1/2011
 
Point of Contact
Joseph D. Holt, Phone: 7074247743, Asim Siddiqui, Phone: 7074247738
 
E-Mail Address
joseph.holt@us.af.mil, asim.siddiqui@us.af.mil
(joseph.holt@us.af.mil, asim.siddiqui@us.af.mil)
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a Brand Name solicitation for a Q-Matic upgrade. The solicitation number is F3Z3721202A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 Jul 2011; Defense DCN 20110819 effective 19 August 2011, and AFAC 2011-0714 effective 14 July 2011. The North American Industry Classification System (NAICS) code is 423430. The business size standard is 500 employees. The Federal Supply Class (FSC) is 7030. The Standard Industrial Classification (SIC) is 4812. Travis AFB has a requirement for Q-Matic System upgrades, software, license, installation, and maintenance packages. QS Q-Win Software With CD QTY: 1EA QSCLIENT Q-WIN Client License QTY: 1EA QWS6001 Q-MaticTouchweb Software License QTY: 1EA Qmatic Kiosk Touchscreen Software QTY: 1EA QSU1100 Qmatic Suite Branch License QTY: 1EA QSU3001 QMATIC SUITE FRONT OFFICE/BACK OFFICE QTY: 22EA USB HARDWARE INTERFACE FOR QSE QTY: 1EA QMATIC VISION KIOSK 17 QTY: 1EA QMATIC VISION TOUCH SCREEN FLOOR PEDESTAL QTY: 1EA WEIGHTED BASE FOR VISION KIOSK FLOOR PEDASTAL QTY: 1EA TICKET ROLLS BLACK TP31XX QTY: 24ROLLS D948R MATRIX DISPLAY RED QTY: 5EA CP2014 MAIN CONNECTION BOX QTY: 1EA CP2018 POWER CONNECTION BOX QTY: 1EA DO9027 CHIME QTY: 1EA HARDWARE SIGNAGE AND CABLING LITE QTY: 1EA CP0930 POWER SUPPLY PS6A QTY: 2EA UPS BACKUP 650VA 120V 8 OUTLET QTY: 1EA QMATIC SOFTWARE CONFIGURATION PACKAGE QTY: 1EA SUITE/CALANDER TRAINING FOR 25 PERSONEL QTY: 1EA INSTALLATION/MANGAGEMENT/TRAVEL/LODGING QTY: 1LOT QMATIC SOFTWARE MAINTENANCE QTY: 12Months QMATIC HARDWARE MAINTENANCE QTY: 12Months Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-6 Notice of Total SB Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189 NO LATER THAN 31 August 2011, 09:00 PM, PST and offers NO LATER THAN 16 September 2011, 17:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is A1C Joseph Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is TSgt Asim Siddiqui, Contracting Officer, telephone 707-424-7738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3721202A001/listing.html)
 
Place of Performance
Address: BLDG 381, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02574956-W 20110915/110914001126-72fe0fcca1e12ef776495eb5041c6950 (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.