Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2005 FBO #1305
SOLICITATION NOTICE

70 -- Tool Accountability System

Notice Date
6/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
 
ZIP Code
58205
 
Solicitation Number
Reference-Number-F2A2X35137A100
 
Response Due
7/5/2005
 
Archive Date
7/20/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 319th Contracting Squadron at Grand Forks AFB, ND intends to award a purchase order under Simplified Acquisition Procedures (SAP) for a small disabled veteran-owned business set-aside purchase of a (BRAND NAME APPROVED) Zebra Z4M Printers and Symbol Scanners, to include accessories and components listed below which is to be MADE IN AMERICA. This is a combined synopsis/solicitation for the purchase of equipment to support the air force tool accountability system (TAS). Requirement is as follows: The following are Symbol Scanners and accessories: 2 each, PDT8146 J4BA40WW PDT 8146 XScale, Imager, S24 11 Mbps, Pocket PC 2002, color display, 64MB RAM ROM, 47 key. Battery included 2 each, CRD8100 1200S Single Slot Serial Cradle with 1550 1950mAh, Spare Battery Charger & comm. Cable. 2 each part number 21 58234 01, 1950 mAh Battery (For Quick Grip and Xscale Configurations ONLY) 2 each part number 4 50 16000 182, Line cord for single slot cradle and serial/charging cable. 2 each part number 5 50 14000 107, Power supply (9V 2A) for Single slot cradle or Serial charging cable 18 28 88XX 12 each K370 ALR1001100US Cordless Phaser, Keyless, ALR, Ind, US Kit includes: P370 ALR1001100FB Cordless Scanner, rechargeable Li Ion Battery, Lanyard, PL370 1000FB Cradle, 50 14000 101 Universal Power Supply. American (US) kits also include an 23844 00 00 AC Line Cord. 12 each part number 7 251782120, Synapse Cable: Cradle to Synapse Module: 6ft 183cm 12 each part number STI80 0200, PS2 Synapse Cable. 12 each part number KT BTYPL 01, KIT: PHASER BTRY PAK, LI ION, 3.6V, 1250mAH. 12 each part number 21 33687 03, Desk Mount Stand 12 each part number 12 21 32665 15, Battery Adapter, P370 for UBC2000 12 each part number 13 KT 32665 00, PS kit, use w/ batt. adapter for 1 battery charger 12 each part number 23844 00 00 AC Power Cord, US The following is Zebra Z4M Printer information: 4 each Z4M00 2001 0000 Z4M Plus Medium Capability Bar Code Printer (203 dots per inch, 32 Bit RISC Microprocessor, Serial RS232 port and bi directional Centronics parallel Communications ports, 4.09 Print Width, Rugged Thermal Transfer Printer) 4 each Part number 17 78 805, Parallel Interface Cable, IEEE, 6 1 each part number 65585, 2 x1.25 Z Ultimate 3000 White Label, 4270 Labels per Roll, 10 Rolls per Carton, Must be ordered in Carton increments 1 each part number 5095BK06045, 2.38 x17,800 Resin Ribbon, 6 Roll Minimum, Must be ordered in Carton increments This is a combined synopsis solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals Quotes are being requested and a written solicitation will not be issued. The Purchase Request number is F2A2X35137A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001 26. This solicitation is BRAND NAME (ZEBRA4M) (SYMBOL) APPROVED. The North American Industry Classification System (NAICS) code is 443120, size standard 7.5M. The contractor shall provide the following: The following are mandatory minimum system requirements for the subject purchase: Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror agrees to hold the prices in its offer for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-3, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offeror's, Commercial Items, with the following: the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-3, Evaluation, Commercial Items. Award will be made to the offeror whose responsible proposal represents best value. The following factors shall be used to evaluate offers: Best Value in the interest of the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders and Commercial Items; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity (Deviation); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination. Also apply DFARS 252.212-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As prescribed in DFARS 252.212-7001, the following clauses are applicable: 252.225-7001, Buy American Act and Balance of Payments Program and, Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; DFARS 252.232-7009, Payment by Electronic Fund Transfer. Offerors will be required to: Provide reps and certs electronically via http://orca.bpn.gov in conjunction with required registration in CCR ? obtain CCR registration through www.CCR.gov. Prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. Offers must be sent in writing/fax to the Purchasing Agent, Misty E. Fariss, no later than 4:00 P.M. (CST) on the 05 July 2005 to 319 CONS/LGCA3 - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58201 ATTN: Misty E. Fariss. For more information email Misty.Fariss@grandforks.af.mil or call at 701-747-5288. Fax 701-747-4215. The following is the brand name justification for this procurement: The requested products are IAW Air Force requirements to provide tool and hazardous materials life cycle control. AFI 21-101 states that the user will assign and mark a worldwide identification number on each tool and control/account for all tools that are use in performing aircraft and support equipment maintenance. FAR 6.302-1; only one responsible brand, no other supplies or services will satisfy agency request. The Air Force Headquarters Standard Systems Group (HQ SSG) manages the TAS program. Their website is https://web2.ssg.gunter.af.mil/ilm/ShowSection2.asp?section=ILMP&name=ILMP%20Projects&v=/ILM/documents/ILMP/TAS. The following is a quote from their website answering the question of using other brand name equipment. The only equipment approved-tested for TAS is on the AIT equipment list. Your equipment might possibly work with TAS, but cannot be supported by SSG. If this equipment malfunctions, you will have to contact the product vendor for any trouble-shooting and will cost you valuable turn-around time. The equipment the customer is requesting is from the AIT equipment listing. The HQ SSG Program Management Office states that the Zebra Z4M printer and Symbol P370 and 8146 XScale scanners are the only tested and approved items for the TAS program. Additionally, these are the only products that HQ SSG PMO will provide technical support for should we encounter malfunctions.
 
Place of Performance
Address: Grand Forks AFB
Zip Code: 58205
Country: US
 
Record
SN00833513-W 20050623/050621212118 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.