Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2014 FBO #4719
MODIFICATION

D -- OPTION - Service: Multi-biometric handheld finger print identification devices

Notice Date
10/24/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
2430 E Street NW, Washington, DC 20520
 
ZIP Code
20520
 
Solicitation Number
SINLEC15A0001
 
Response Due
11/7/2014
 
Archive Date
5/6/2015
 
Point of Contact
Name: Amy Kara, Title: Contracting Officer, Phone: 2027768566, Fax:
 
E-Mail Address
karaam2@state.gov;
 
Small Business Set-Aside
N/A
 
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 SINLEC15A0001 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 2005-77. The associated North American Industrial Classification System (NAICS) code for this procurement is 813990 with a small business size standard of $7.50M.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 2014-11-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/31/2014 - 10/30/2015 LI 001: One-Year Level-1 local support, by phone, email and with an on- site engineer, in 8 x 5 mode, with an 8 hour time response, for client side and non-critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 002: One-Year Level-2 remote support by phone, email and remote connection, in 24 x 7 mode, with 4 hour time response, for critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 003: One-Year software updates, if any, in central AFIS applications and programs. See attached SOW for additional specifications., 1, LT; Option 1 Period of Performance: 10/31/2015 - 10/30/2016 LI 001: One-Year Level-1 local support, by phone, email and with an on- site engineer, in 8 x 5 mode, with an 8 hour time response, for client side and non-critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 002: One-Year Level-2 remote support by phone, email and remote connection, in 24 x 7 mode, with 4 hour time response, for critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 003: One-Year software updates, if any, in central AFIS applications and programs. See attached SOW for additional specifications., 1, LT; Option 2 Period of Performance: 10/31/2016 - 10/30/2017 LI 001: One-Year Level-1 local support, by phone, email and with an on- site engineer, in 8 x 5 mode, with an 8 hour time response, for client side and non-critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 002: One-Year Level-2 remote support by phone, email and remote connection, in 24 x 7 mode, with 4 hour time response, for critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 003: One-Year software updates, if any, in central AFIS applications and programs. See attached SOW for additional specifications., 1, LT; Option 3 Period of Performance: 10/31/2017 - 10/30/2018 LI 001: One-Year Level-1 local support, by phone, email and with an on- site engineer, in 8 x 5 mode, with an 8 hour time response, for client side and non-critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 002: One-Year Level-2 remote support by phone, email and remote connection, in 24 x 7 mode, with 4 hour time response, for critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 003: One-Year software updates, if any, in central AFIS applications and programs. See attached SOW for additional specifications., 1, LT; Option 4 Period of Performance: 10/31/2018 - 10/30/2019 LI 001: One-Year Level-1 local support, by phone, email and with an on- site engineer, in 8 x 5 mode, with an 8 hour time response, for client side and non-critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 002: One-Year Level-2 remote support by phone, email and remote connection, in 24 x 7 mode, with 4 hour time response, for critical issues in the central AFIS system. See attached SOW for additional specifications., 1, LT; LI 003: One-Year software updates, if any, in central AFIS applications and programs. See attached SOW for additional specifications., 1, LT; 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, DOS International Narcotics Law Enforcement Affairs - 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. DOS International Narcotics Law Enforcement Affairs - 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. 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. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Bids must be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. 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.acqnet.gov/far. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Government intends to award a single firm-fixed-price contract for the requirements identified in this RFQ. The price shall include all direct and indirect costs, profit, shipping/delivery charges, export requirements, insurance, etc. The price will not be subject to adjustment after award. Award will be made to the lowest priced-technically acceptable Vendor, who submits a quote that is responsive to the RFQ requirements. Award decision will take into consideration the lowest overall price to the Government. The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably high in price. To be considered for award, the contractor must be determined by the Contracting Officer to be responsible in accordance with the standards described in FAR 9.104-1. To be considered for award, the contractor must demonstrate that it is an authorized distributor and must be able to provide warranty, maintenance, and support in English. To be eligible for award, the contractor must be registered in SAM (www.sam.gov). Exceptions to this requirement are enumerated in FAR 4.1102. Award will be on an "all or none" basis. Provide a one (1) year from the acceptance date certifying that the system will be free from defects in materials and workmanship under normal use. The duration of the contract award, (base period) shall be for 12 months from the effective date of the contract. Pursuant to FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT, the term of this contract includes options to extend the term of the contract. The options to extend; include four (4) twelve-month options. The term of the contract and option periods is as follows: 1.Base Year 12 months from date of award 2.1st Option Year 12 months from expiration of the base period 3.2nd Option Year 12 months from expiration of the 1st Option Year 4.3rd Option Year 12 months from expiration of the 2nd Option Year 5.4th Option Year 12 months from expiration of the 3rd Option Year Written questions relating to this RFQ shall be accepted through 3:00 P.M. (local Washington D.C. time) Wednesday 29 OCT 2014. Any communications in reference to this RFQ shall cite the reference section title and page number. 1.National Civilian Police, 2.National Institute of Forensic Science, 3.24-hour Courts in Escuintla, Villa Nueva, Mixco, 4.Torre de Tribunales, Antigua, and 5.Penitentiary System 1.Provide maintenance for AFIS system currently in use within the Government of Guatemala (GOG). 2.Maintain the equipment in good condition for use. 3.Avoid loss of information and communication between AFIS works stations and hand- held devices Contractors shall not submit, nor shall the Government accept or evaluate, multiple proposals offering alternative solutions. Contractors shall not submit, nor shall the Government accept or evaluate, multiple solutions within one proposal. Contractor is anticipated to periodically travel between Guatemala City and other regional/cities/villages in Guatemala in order to provide O&M service for the AIFS equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/SINLEC15A0001/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03558408-W 20141026/141024234403-88c8756055c4eb13509715896d3fddb5 (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.