Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

70 -- FINGER PRINT MACHINE AND PRINTER

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
4215 Roberts Avenue, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF6-14-T-0048
 
Response Due
9/29/2014
 
Archive Date
3/28/2015
 
Point of Contact
Name: Jasanya Bias Harrison, Title: Contract Specialist, Phone: 3016777867, Fax:
 
E-Mail Address
jasanya.d.biasharrison.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is W91QF6-14-T-0048 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334112 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside 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 2014-09-29 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Meade, MD 20755 The MICC Fort Meade requires the following items, Brand Name or Equal, to the following: LI 001: LIVE SCAN FINGERPRINT MACHINE - FBI-certified full hand and four-finger slap/ roll scanning for complete booking applications. This device must scan images at 500 ppi or greater than 1000 ppi # exceeding FBI requirements - using anti-smear and anti-smudging technologies. Cabinet for appliance must be a sealed unit for deployment in demanding environmental conditions that may be dusty, wet, hot or humid, while an ergonomic structure with small foot print design, allows for ease of use in space-constrained environments. Must have an adjustable, 17# LCD flat panel monitor that allows for optimal, highresolution fingerprint imaging. Accessory trays must be present for extra workspace. Scanning and Image Capture Resolution Scan Resolution: 1000 ppi (v) x 1549 ppi (h) Scan Depth: 8 bits/pixel (256 gray levels) Capture Resolution: 1000 ppi (v) x 1000 ppi (h) Capture Depth: 8 bits/pixel Active Image Dimensions Multi-Finger Plain: 3.2 (h) x 2.0 (v) (nominal) inches Single Thumb Plain: 1.6 (h) x 1.5 (v) inches Rolled Impression: 1.6 (h) x 1.5 (v) inches Full hand scan: 5.15 (h) x 8.0 (v) inches Image Quality Geometric Distortion: Exceeds FBI IQS specification without calibration Linearity, signal to Noise, CTF, Scanned gray levels: Meets or exceeds FBI IQS specifications Illumination White LED light panel for low operator eye fatigue and no color memory Scanner Data Interface IEEE 1394 Firewire Size (appliance) Size (cabinet) Deck Width: 12.5in (31.8cm); Deck Height: 6.3in (16.0cm); Deck Depth: 14.0in (35.6cm) Width: 30.5in (77.47cm); Height: 65.0in (165.1cm); Depth: 29.0in (73.66cm) Power Requirements 110-120/220-240 VAC, 50/60HZ/-less 15.5 watts, Includes separate DC power module Operating Environment (appliance) Ambient temperature: 40??-104?? F (5??-40?? C) Relative humidity: 20-90% non-condensing Altitude: 0-7500 ft (2460 m) AMSL Logical Scanner/Host Interface # Software Development Kit (SDK) includes application program interface and device drivers for Windows XP, Windows Vista, and Windows 7 cylindrical platen MUST capture of the entire hand minutiae at 500 ppi or 1000 ppi in a single pass, providing superior image quality in all of the following areas. 1. Fingerprints 2. Interdigital 3. Cup 4. Thenar 5. Hypothenar 6. Carpal Crease 7. Writer#s Palm, 1, EA; LI 002: OPM ENTERPRISE CUSTOMIZATION WITH PIV SUPPORT: TOT'S: FANC FAUF NFUF; CARDS: DD FORM 1833 884 HAND CARD FD258-C SF87; TRANSMITS: OPM VIA SMTP OVER DIAL-UP CONNECTION TRANSMITS NIST VIA SMTP TO S&F PIV TRANSMITS NIST (TYPE 1 2 10 14) FILE TO DISK CBEFF FILE TO DISK, 1, EA; LI 003: Enterprise Fingerprint Record Transmission via SMTP over SSL. This software provides secure email communications using the SSL (Secure Sockets Layer). This also represents the "TLS" solution., 1, EA; LI 004: Duplex Fingerprint Card Printer - for printing double sided cards. Enterprise applications only. 1 yr. Help Desk Warranty must be included., 1, EA; LI 005: ANNUAL WARRANTY UPGRADE 9/5, 1, EA; LI 006: ANNUAL 9/5 maintenance for all above listed equipment., 1, EA; LI 007: INSTALLATION AND TRAINING; ONE DAY: STANDARD ONE DAY ON-SITE INSTALLATION AND TRAINING SERVICE. INCLUDES INSTALLATION AND TRAINING TO BE COMPLETED IN ONE BUSINESS DAY. TRAINING FOR OPERATORS (UP TO 6 PEOPLE) AND FOR SYSTEM MANAGERS (UP TO 4 PEOPLE). Recommended for all 10-print live scan systems SERIES LIVESCAN SYSTEMS. INCLUDES TRAVEL AND ALL RELATED EXPENSES., 1, EA; LI 008: FREIGHT CHARGE, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Meade 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. MICC Fort Meade 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8732101129eb43dfbb7de2160b69c6aa)
 
Place of Performance
Address: Fort Meade, MD 20755
Zip Code: 20755
 
Record
SN03535814-W 20141001/140930022453-8732101129eb43dfbb7de2160b69c6aa (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.