Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

D -- RF Wireless Barcode Reading System

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270
 
ZIP Code
08270
 
Solicitation Number
HSCGG9-06-Q-PUD160
 
Response Due
7/7/2006
 
Archive Date
7/10/2006
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number: HSCGG9-06-Q-PUD160 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-09. This procurement is for full and open competition. The North American Industry Classification System (NAICS) code is 334119, and the small business size standard is 1000 employees. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) is a mandatory requirement for contractors to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for a wireless RF Barcode Reading System in its 2 facilities to replace the batch download system currently being used. At the Woodbine, NJ facility there are 3 one story buildings totaling 36,850 square feet broken down as follows: large building has 27,600 sq. ft., and 2 smaller buildings have 5,550 and 3,700 sq. ft. respectively. At the Cape May, NJ facility there is 1 one story building totaling 25,400 sq. ft. Quotations shall be submitted as to include a list of proposed equipment and actions necessary to convert to the RF Barcode Reading System, that is to include all handheld computers, access points, power injectors, antennae, lightning arrestors, cabling, and any other equipment necessary to make a complete RF Barcode Reading System including installation of required equipment. Quotations shall advise on warranties included with regard to equipment and workmanship, and the availability and cost of service maintenance agreements. To be considered, all equipment must be compatible with Integrasoft, our inventory control software, and a letter must be furnished with the quote from Tech Systems Inc. (888-717-5030), the manufacturer of the software, stating the approval of quoted equipment. Attainment of the approval letter from Tech Systems by interested firms will be done at no cost to the Government. There will be 2 days set aside for site surveys: 9:00 AM Wednesday June 28, 2006 or 9:00 AM Thursday June 29, 2006. Interested firms must be limited to 2 people attending and should report to the USCG Uniform Distribution Center 414 Madison Ave., Woodbine, NJ 08270 on either day prepared to survey both sites( after Woodbine travel to the Cape May facility about 25 miles away). Interested firms must schedule which day they will attend by e-mailing John Giel at john.m.giel@uscg.mil. Site Surveys will be conducted at no cost to the Government. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION. The following FAR provisions and clauses apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), FAR 52.204-7 Central Contractor Registration (Oct 2003), FAR 52.204-8 Annual Representations and Certifications (Jan 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.222-3 Convict Labor (June 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.225-1 Buy American Act-Supplies (June 2003), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.233-1 Disputes (Alternate 1)(Dec 1991), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes-Fixed Price (Aug 1987), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), FAR 52.249-8 Default (Fixed Price Supply and Service )(Apr 1984)The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government. The government will evaluate each quotation based on price, delivery and other factors. The Government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in an award to other than the lowest price offer. All responsible sources may submit an offer, which will be considered by the agency. All written proposals along with the above required completed clauses/provisions must be submitted and received at this office on or before July 7, 2006 at 2:00 PM eastern time. Quotations may be sent via fax to (609) 861-5632, Attn: John Giel, or electronically to the following e-mail address: john.m.giel@uscg.mil. Written quotations may also be sent to the following address: Contracting Officer, U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave., Woodbine, N.J. 08270, Attn. John Giel. All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status (active / inactive). Please direct all questions regarding this solicitation to Mr. John Giel at (609) 861-7927. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.
 
Place of Performance
Address: 414 Madison Ave., Woodbine, NJ, and, 1 Munro Drive, Cape May, NJ
Zip Code: 08270
Country: usa
 
Record
SN01074471-W 20060623/060621220343 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.